HomeMy WebLinkAbout2021-03-23 - AGENDA REPORTS - 2020-21 ANNUAL CONCRETE REHAB PGM PROJ M0138 (2)O
Agenda Item: 8
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: March 23, 2021
SUBJECT: 2020-21 ANNUAL CONCRETE REHABILITATION PROGRAM,
PROJECT M0138 - PLANS, SPECIFICATIONS, AND
CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
PRESENTER: Cruz Caldera
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the 2020-21 Concrete Rehabilitation Program,
Project MO138.
2. Award the construction contract to FS Contractors, Inc., in the amount of $289,555 and
authorize a contingency in the amount of $28,956 for a total contract amount not to exceed
$318,511.
3. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
BACKGROUND
The 2020-21 Concrete Rehabilitation Program, Project MO138, consists of the removal and
replacement of sidewalks and driveway approaches damaged by tree roots and pavement
settlement at various locations throughout the City of Santa Clarita (City). The project is
expected to begin construction in April 2021 and will be completed by the end of summer.
Attached is a list of construction locations that were identified by staff through annual sidewalk
inspections and resident requests.
Substantial constraints and controls were established in the construction contract to reduce
potential impacts to traffic and homeowners during construction. A coordinated effort will take
place between staff and the contractor to address any field issues and ensure proper work
performance.
Page 1
Packet Pg. 37
O
An invitation to bid was published on January 20, 2021, and was posted on the City's website.
Four responsive bids were submitted to the City and opened by Purchasing on February 23,
2021. The results are shown below:
Company Name
Location
Base Bid Amount
FS Contractors, Inc.
Santa Clarita, CA
$289,555.00
MEP Construction
Riverside, CA
$301,966.70
R.C. Becker and Son, Inc.
Santa Clarita, CA
$345,274.32
Toro Enterprises, Inc.
Oxnard, CA
$394,089.75
Staff recommends awarding the construction contract to FS Contractors, Inc., the lowest
responsive bidder. This contractor possesses a valid state contractor's license and is in good
standing with the Contractors State License Board. The contractor's bid was reviewed for
accuracy and conformance to the contract documents and found to be complete.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds were appropriated as part of the Fiscal Year 2020-21 budget to expenditure
account M0138264-5161.001 (Measure R Local Return) to support the recommended
construction contract, construction support, and related administrative costs.
ATTACHMENTS
Locations List
Concrete Rehabilitation Program Specifications (available in the City Clerk's Reading File)
Page 2
Packet Pg. 38
q
co
O
O
O
o
�
�
MIR
ovU
�
v
z
�
z
w
w
w
w
Q
Q
Q
Q
U
U
U
w
a
Q
,,,
O
Vl
O1
M
00
00
O
<1'
�01
M
t`
M
00
O
O1
00
01
Vl
01
7t
M
I-
O
kn
Vl
rl"
�'
Vl
Vl
7
Vl
Vl
rl"
4M
M
Vl
VlM
1.0
�c
Vl
Vl
Vl
Vl
Vl
CO
M
"
ti
N
M
e•
V)
�a
4�
00
OA
O
o
r-I
N
M
e•
V)
b
4�
00
01
O
ti
-
N
�w��v�v��a
���ZU�1Q�Q�1Qwwww���w�Za
/,
r}
M
M
M
�0
a1
10
a,
r}
N
01
10
N
00
01
l�
't
vl
00
r
N
l-
m
V)
01
�0
w"
N
N
N
N
OM
Z
Z
Z
Z
Z
Z
N
N
N
N
N
N
N
N
N
N
G
N
�a
en
AO
It
W,
AO
�a
l-
AO
00
OA
AO
o
r
l-
N
r
M
l-
e•
r
wj
l-
�a
r
l-
l-
00
r
OA
l-
o
00
Oo
N
00
M
oo
e•
00
wj
00
�a
00
l-
00
00
00
OA
00
o
a
a
a
Q
o
j
d
Ca
Q
��0p
t
�vU
OC'
v
w
wHOv
aa��lw�1c7ZZ�Zw
��U�w
t
N
rr
N
oo
N
1.0rr
rr
�c
rr
<t
t
t
t
N
o
v
o
m
v
-
00
00
v
N
o
v
a
N
N
V1
Vl
,
Vl
M
�
M
�
M
�
�•
�
'I-�'
�
�
CI"
�
V1
'o
00
�
00
'o
C1
�
C1
�
CI"
�
V1
r-
V1
�
V1
r-
�
�
�
r-
C`
�
00
r-
O
00
O
00
H
00
N
00
10
00
r-
00
00
00
�
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
M
M
M
M
M
M
M
M
M�
�
�
�
�'V
o
kfi
kr,
V
�
VV"li
�
V
�
V
b
v
"
U
yamy...,�
y
U
,may
bD
'C
iy
'C
�
O
iy
�
Ya
iy
�
W
�
C�
�
ZUvv
O
�1�vwwv
N
O
W
N
N
•V
N
wwZv
C�
•V
ti
wwv
v
w
www�¢v
��
O
O
O
N
g
O
O_
N_
M
00
M
00
M
I-
Vl
N
O
N
10
M
O
Vl
M
a1
N
M
rY
l�
a,
O
10
0
0
0
0
0
N
N
M
In
W)�o
�o
r-
t`
O
M
N
N
"-f��,,,,;,.
�
N
M
e•
ifi
�a
l�
00
O�
o
"�
N
M
e•
ifi
�a
l�
00
O�
o
ti
N
M
N
e•
N
ifi
N
�a
N
l�
N
00
N
O�
N
o
M
i
a * a
a � a
a
ct
U
U
cj
>1
>
P�
U
�✓
�✓
�✓
�✓
U
U
M
`O
N
Mt-
W
N
A
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
ai
O
r--�
N
M
d'
W�
\O
l�
=
01
Q
�i
N
o
0
0
0
A
A
A
A
aaaaUUUUUUU
<
��UUUUUUUU
O
IO
l
l
oo
c!
m
c*m
r-01
l
--�
--�
�n
�--�
vl
l
M
l
M
01
0
0
0
\O
IC
\O
7
\O
N
7
�--i
O,
Ol
00
M
N
M_
h
N
N
N.
N
h.
N
N
h.
N
h.
h.
--i
0
N
0
N
C)
N.
h.
h.
h.
N
N
h.
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
rl
N
M
rP
VJ
I'O
l—
00
O\
O
'-I
N
M
rP
VJ
'AO
l—
00
ON
O
'-I
N
tM
rP
V7
'AO
l—
00
O\
O
'o
�z
'o
�z
'o
�z
'o
�z
'o
�z
r"
r
r"
r
r"
r
r"
r
r"
r
00
^cs
^C
^cs
^C
^cs
^C
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
N
N
o°n
O
0°n
o
o°n
O
0°n
o
o°n
O
0°n
o
W
W
W
W
U
U
U
W
W
W
W
N
h
N
N
h.
N
O
N
O
N
O
N.
N
N
h
N
N
h
N
lr-,N
h
N
l�
N
h
l�
h
l�
h
l�
h
O
N
O
N
O
N
O
N
O
N
O
N
N
h.
N
N
.
N
N
N
N
N
N
N
N
.
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
. N
N
N
rP
N
N
N
N
N
N
N
N
N
M
M
M
M
M
M
M
M
M
M
rP
eY
rP
eY
rP
eY
rP
eY
rP
eY
VJ
N
N
N
N
O
O
O
O
bD
bA
bD
bA
bD
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
O
bA
O
bD
O
bA
O
>
O
>
O
>
O
>
N
>
cC
Q'
0
O
O
0
0
O
O
0
O
O
Ste'
O
t.'
�O+
�"
�
�'
y
y
.�y
`y.
.�y
. c�
c�
W
c�
W
W
W
0
01
M
M
h
O
0
01
Vl
vl
01
M
h
M
M
�O
l0
7
00
7
M
�n
\c
r—
't
7
't
Ic
c �
�
�
�
O
O
O
O
N
N
M
M
N
oo
2
oo
�
,--i
N h
N
N
h
N
N
N
N
N
N
N
0
0
0
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
V]
V]
V]
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
ctl
cC
N
N
N
N
N
N
cC
ctl
cC
U
U
U
00
7
N
O
N
N
00
l�
V1
--i
Vl
O1
O1
M
Vl
O1
M
l—
O
x
00
O
O
�O
M
M
01
01
N
M
O
O
M
7�
O
O
M
N
M
--i
--�
O
N
M
M
M
M
M
0
0
0
M
M
t
7
7�
�/1
Vl
7
7
7
7
M
M
M
M
N
N
N
M
M
M'
0
0
0
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
j,
c
r�
c
r�
c
r�
c
r�
c
r�
c
r�
c
r�
c
r�
c
>
>
>
>
r�"
o
�
U
U
U
o
0
0
0
0
0
0
0
0
0
0
0
��
O
T�
U
�
�
�
�
�,
on
cn
un
cn
un
cn
un
cn
un
cn
un
cn
un
cn
un
cn
un
�
�
�
�
�
c
O
C
a
C
a
;-
;-
c,
�
�
o
0
0
0
M
O
vn
O
M
N_
O
O
00
�--i
N
00
l—
D,
C,
00
____
Z
Z
Z
Z
�--i
N
N
,--i
N
C)
0
N
0
N
C)
0
N
0
N
0
N
N........
h.
h
N
N
N
N
N
N
N
N
N
N
N
N
N
..
N
N
N
N
N
N
N
....
rl
N
M
rP
VJ
�O
l�
00
a\
O
'-I
N
M
rP
VJ
�O
l�
00
a\
O
'-I
N
M
rP
VJ
�O
l�
00
O
M
M
M
M
M
M
M
M
M
rP
eY
rP
eY
rP
et
rP
et
rP
et
V7
V7
I
V7
V7
V7
kn
V7
V7
V7
-
V7
-
Q
Q
a�
0
cz U �i
c U 7C 7C
..
cr
..
�,
Ct
~OCt
ct
U
O
U
V
N
N
N
M
M
M
M
M
M
M
M
M
Q
M
N
M
E
E
A-,
V1
N
Q
Q
Q
Q
Q
d
i
>
m
m
M
m
M
0
c=C
0
¢
ct
U
O
O
O
O
City of'
z)ANTA ULARITA
NOTICE INVITING BIDS
TABLE OF CONTENTS
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
SECTION A
CITY OF SANTA CLARITA - APPROVAL TO BID
NOTICE INVITING BIDS
DOCUMENT CHECKLIST
SECTION B
BID INSTRUCTIONS
BID CLAUSES
SECTION C
PROPOSAL FORM
BID SCHEDULE
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
BIDDER'S INFORMATION AND CERTIFICATION
BIDDER'S QUESTIONNAIRE
CERTIFICATION OF NON -SEGREGATED FACILITIES
DESIGNATION OF SUBCONTRACTORS
REFERENCES
DEBARMENT AND SUSPENSION CERTIFICATIONS
EQUAL OPPORTUNITY EMPLOYMENT CERTIFICATION
PROPOSAL GUARANTEE BID BOND
BIDDER'S BOND
NON -COLLUSION AFFIDAVIT
SECTION D
SUBCONTRACTOR CLAUSES
SECTION E
CAPITAL IMPROVEMENT PROJECT AGREEMENT
LABOR AND MATERIAL BOND
FAITHFUL PERFORMANCE BOND
SECTION F
GENERAL PROVISIONS
SECTION G
SPECIAL PROVISIONS
APPENDIX A
CDMMP FORM
APPENDIX B
SITE LOCATIONS
DocuSign Envelope ID: 5CDF98FB-A86C-4635-BOBA-E93C379957C6
APPROVAL TO BID
FOR
2020-21 ANNUAL CONCRETE REHABILITATION
PROGRAM
PROJECT M0138
City Bid No. ENG-20-21-MO138
Prepared By:
CITY OF SANTA CLARITA
Department of Public Works 23920
Valencia Boulevard, Suite 300 Santa
Clarita, CA 91355
Bids shall be submitted electronically through BidNet to the City of Santa Clarita (CITY) at:
......... ......... ......... .. ..... .. ..... .. ..... . ... ..... .... .. . .... ..... . .... .... y ....................................................................................
fsar taclarita
All information requested therein must be clearly and legibly set forth in the manner and form
indicated. The CITY will not consider any proposal not meeting these requirements.
BID OPENING DATE: February 18, 2021
Approved for Construction:
DocuSigned by:
r� 661- a KO1/14/2021
UN Date:
Robert G. Newman,
Director of Public Works
CITY OF SANTA CLARITA NOTICE INVITING BIDS
Project Name: 2020-21 Annual Concrete Rehabilitation Program
BID #: ENG-20-21-M0138
City Project: M0138
Bid Opening: February 18, 2021
Last Day for Questions: February 10, 2021
Engineer's Estimate: $330,000
License(s) Required: Class A
Project Description: Generally, the Scope of Work to be performed includes, but is not limited to,
removal and replacement of concrete sidewalk, residential and commercial
driveway approach, and installation of approximately 63 lineal feet of curb and
gutter. See the project drawings and specifications for more detailed
description of the location and limits of the work.
Prevailing Wage This Project is subject to prevailing wage compliance monitoring and
Monitoring: enforcement by the Department of Industrial Relations.
Required Contractor Only bids submitted by bidders (along with all listed subcontractors) that are
& Subcontractor currently registering and qualified to perform public work pursuant to Labor
Registration: Code Section 1725.5.
Bond Requirements: Yes
Contact Information: Danielle Marquez
,i II".q. ".:. IGit .:::: Il ititt „. irri
(661) 255-4936
Specifications for this bid may be downloaded from the City's Purchasing website at:
www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and bid
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120.
Bid Questions should be submitted electronically via BidNet "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed
and submitted with the bid proposal, the bid may be deemed non -responsive and rejected.
Dates Published: January 19, 2021 & January 26, 2021
DOCUMENT CHECKLIST
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
The following documents must be completed and submitted by the bidder as per the outlined
timeframes.
The following documents must be provided by ALL bidders:
Uploaded via BidNet (see Section C)
❑ Proposal Form
❑ Notice to Bidders Regarding Contractual Requirements
❑ Bidder's Information and Certification
❑ Bidder's Questionnaire
❑ Certification of Non -Segregated Facilities
❑ Designation of Subcontractors
❑ References
❑ Debarment and Suspension Certification
❑ Equal Employment Opportunity Certification
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
Delivered to City Hall, Attn: Purchasing, Suite 120 prior to Bid opening:
❑ Bidder's Bond
❑ Non -Collusion Affidavit
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn:
❑ Contract Agreement
❑ W-9
❑ Labor and Material Bond
❑ Faithful Performance Bond
❑ Insurance Required by Contract
BID INSTRUCTIONS
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
1. SUBMITTING BIDS. The bid response must be submitted on this form and include all forms provided
or information requested or required by the scope of work or specifications, (uploaded via BidNet):
1.1. Proposals/corrections received after the bid opening time will not be accepted. The City will not
be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a
matter of public record.
1.2. Notarized Forms - An original, notarized Proposal Guarantee Bid Bond, Bid Security Form for
Check or Bond to Accompany Bid, and Non -Collusion Affidavit must be submitted as hard -copy
originals. These documents must be received at the address specified below no later than the
bid due date and time for the vendor to be considered responsive. These documents are to be
received each in separately sealed envelopes clearly marked with title of contents, vendor's
name and address, and bid number.
City of Santa Clarita
ATTN: Purchasing
23920 Valencia Blvd, Suite 120
Santa Clarita, CA 91355
1.3. Pricing must be entered into line items section of BidNet. All documentation of unit pricing or
other cost breakdowns as outlined in this bid shall be submitted to support the total bid price.
All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other
tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet,
the numbers entered on BidNet shall govern.
2. BID OPENING. The City publicly opens bids online via BidNet at the time shown on the "CITY OF SANTA
CLARITA NOTICE INVITING BIDS."
3. BID QUESTIONS. Questions shall be submitted and responses provided electronically through the
BidNet platform in accordance with the date and time shown on the "CITY OF SANTA CLARITA NOTICE
INVITING BIDS."
4. BONDS. Bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of
the bid to guarantee that bidders will enter into contract to furnish goods or services at prices stated.
The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of
California. Likewise, a Faithful Performance Bond and a Labor and Material Bond shall be required of
the successful bidder when stated in the specification (cash deposit, certified or cashier's check, or
money order may be substituted in lieu of the bid bond).
5. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All
addenda will be issued through the BidNet platform, and it is the bidder's responsibility to monitor
BidNet for release of the addenda prior to submission of the quote to make certain the package is
complete and all required addenda are included. All official information and guidance will be provided
as part of this solicitation or written addenda and bidders are cautioned against relying on verbal
information in preparation of the bid response. Addenda must be digitally acknowledged through
BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed
and submitted with the quote response, the bid may be deemed non -responsive and rejected.
6. INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination
or by such other means, of the location of the proposed work and the actual conditions of the
worksite. If, during the course of examination, a bidder finds facts or conditions which conflict with
the bid documents, he/she shall submit questions for clarification via BidNet.
The submission of any received bid shall constitute an acknowledgement that any necessary site
inspection has taken place. No claim for additional compensation will be allowed which is based upon
lack of knowledge of the work site.
7. INTERPRETATION OF CONTRACT DOCUMENTS. Errors, omissions, or discrepancies found in the
plans, specifications, or other contract documents shall be called to the attention of the City and
clarified by the last day for questions. No oral interpretation will be made to any Bidder as to the
meaning of the Contract Documents. All questions should be submitted via BidNet platform.
8. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific
manufacturer, brand or make does not restrict bidders in their proposed solution. When brand names
are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all
cases propose goods equal in quality and utility.
Materials differing from stated specifications may be considered, provided such differences are clearly
noted and described. The City shall make the final determination of compliance with the
specifications.
If proposing an alternative or equivalent product, the bidder shall provide the cut sheet/spec sheet or
detailed product description for the proposed product via the BidNet Q&A section, prior to the last
day for questions. For each product proposed documentation provided must include a description
reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or
performance characteristics of "equal" products specified in the solicitation. The proposal must
clearly identify the item by brand name (if any), and make/model number, and may include
descriptive literature such as illustrations, drawings, or a clear reference to previously furnished
descriptive data or information available to the City. The proposal shall clearly describe any
modifications the bidder plans to make in a product to make it conform to the solicitation
requirements.
The City has the option of accepting or rejecting any alternative or equivalent product. Exception is
made on those items wherein identical supply has been determined a necessity and the notation NO
SUBSTITUTE has been used in the specification section.
9. NON-DISCRIMINATION. In the performance of this Contract, bidder shall not discriminate in
recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed,
color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of
the California Fair Employment & Housing Act (Government Code Section 12900, etseq.), the Federal
Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30
Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and
Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall
include in each such subcontract language similar to this paragraph.
10. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity and I-9 employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Form (I-9). The bidder shall establish
appropriate procedures and controls so no services or products under the Contract Documents will
be performed or manufactured by any worker who is not legally eligible to perform such services or
employment.
11. AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible
and responsive bidder. This is determined solely by the City. Additionally, the City reserves the right
to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a
period of ninety (90) days, all as may be required to provide for the best interests of the City. In no
event will an award be made until all necessary investigations are made as to the responsibility and
qualifications of the bidder to whom the award is contemplated. All bids will be compared with the
Engineer's Estimate.
The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the
bidder whose proposal is accepted. All other unsuccessful bidders will also receive notification. This
correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a
bid. The award of contract shall obligate the bidder, whose bid is accepted to furnish all required
bonds, as well as evidences of insurance and execute the contract set forth herein.
The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to one
hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal
to one hundred percent (100%) of the Contract price. Also, the successful bidder will be required to
submit worker's compensation insurance, and liability insurance with the contract. Surety bonds shall
be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570
and satisfactory to the City of Santa Clarita.
The City reserves the right to increase or decrease the amount of any or all of the approximate
quantity shown in the Bid Schedule, and to add or delete the type and extent of work, which has been
identified and summarized. The basis for award of contract shall be the Contractor's Base Bid. The
City reserves the right to award the contract for the base bid and alternatives, if any, which the City
may select in its sole discretion.
Increases or decreases in the quantities of work within the limits specified shall in no way invalidate
the unit bid or contract prices. No claim shall be made by the bidder for any loss of anticipated profits
because of any such alteration or by reason of any variation between the approximate quantities and
the quantities of work as done.
Bidders are also directed to the provisions in "Award and Execution of Contract" of the Standard
Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of
this document.
The City of Santa Clarita reserves the right to reject any and all bids, or delete portions of any and all
bids, or waive any informality in the bid not affected by law.
12. WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A proposal may be withdrawn by a written
request signed by the bidder. Such requests must be delivered by certified mail to the Purchasing
Agent to the address below. Failure to comply may result in forfeit of bid bond.
City of Santa Clarita
ATTN: Purchasing
23920 Valencia Blvd, Suite 120
Santa Clarita, CA 91355
13. ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the
City, provided that this shall not preclude the assignment of the Contract as security or the assignment
of the whole or any part of the proceeds of the Contract including monies, assessment, partial
assessment, reassessment, or any bonds which may be issued and represent any assessment or
reassessment due or to be due under the Contract.
Before entering into a Contract, the successful bidder shall furnish a statement of the company's
financial condition and previous construction experience or such evidence of his qualifications as may
be required by the contracting City.
14. CONTRACTOR LICENSE. The successful bidder shall provide the required license(s) listed on the Notice
Inviting Bids, at the time of bid opening. The successful bidder must be properly licensed as a
contractor from contract award through contract completion (Public Contract Code § 10164). Bidders
shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and
Professions Code.
15. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No bidder or subcontractor may be listed
on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered
with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited
exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No
BIDDER or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations
pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
16. REQUIRED CONTRACTOR AND SUBCONTRACTOR REGISTRATION.
16.1. Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document
00 4330 (Subcontractors List) are currently registered and qualified to perform public work
pursuant to Labor Code Section 1725.5.
16.2. Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph A. above
shall be returned and not considered; provided that if Bidder is a joint venture (Business &
Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code
Section 1771.1(a)), Owner may accept a non -complying Bid provided that Bidder and all listed
Subcontractors are registered at the time of Contract award.
16.3. Pursuant to Labor Code Section 1771(a), Contractor represents that it and all of its
Subcontractors are currently registered and qualified to perform public work pursuant to Labor
Code Section 1725.5. Contractor covenants that any additional or substitute Subcontractors will
be similarly registered and qualified.
17. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the
California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5.
Contractor shall comply with California prevailing wage laws including, to the extent applicable,
Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing
wage rates in the county, or counties, in which the work is to be done have been determined by the
Director of the California Department of Industrial Relations. These wages are set forth in the
General Prevailing Wage Rates for this project, available from the California Department of
Industrial Relations' Internet web site at
Irtt rnrrnr�nr.r�ii .c: eau C�If"If L If rr VV r r tr�rrrninatieoi I,]trrn. Future effective general prevailing
1.......................................................................................g.....................................................................................................g................................................................................................................................ 8 p 8
wage rates which have been predetermined and are on file with the California Department of
Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of
the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible
for obtaining a current edition of all California statutes and regulations, and adhering to the latest
editions of such.
18. PREVAILING WAGES, MONITORING AND ENFORCEMENT. This Project is subject to the
requirements of Division 2, Part 7, Chapter 1 of the Labor Code (Public Works). Contractor shall pay
to persons performing labor in and about Work provided for in the Contract Documents an amount
equal to or more than the general prevailing rate of per diem wages for (1) work of a similar
character in the locality in which the Work is performed and (2) legal holiday and overtime work in
said locality. The per diem wages shall be an amount equal to or more than the stipulated rates
contained in a schedule that has been ascertained and determined by the Director of the State
Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages
for each craft or type of workman or mechanic needed to execute this Contract. Contractor shall
also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each
Site.
Contractor shall forfeit, as a penalty to Owner, Two Hundred Dollars ($200.00) for each worker
employed in performing labor in and about the Work provided for in the Contract Documents for each
Day, or portion thereof, that such worker is paid less than the said stipulated rates for any work done
under the Contract Documents by him or her or by any Subcontractor under him or her, in violation
of Articles 1 and 2 of Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and
amounts which shall be forfeited pursuant to this paragraph and the terms of the Labor Code shall be
withheld and retained from payments due to Contractor under the Contract Documents, pursuant to
this Document 00 7200 and the Labor Code, but no sum shall be so withheld, retained or forfeited
except from the final payment without a full investigation by either the State Department of Industrial
Relations or by Owner. The Labor Commissioner pursuant to Labor Code Section 1775 shall determine
the final amount of forfeiture.
Contractor shall insert in every subcontract or other arrangement which Contractor may make for
performance of work or labor on Work provided for in the Contract, provision that Subcontractor shall
pay persons performing labor or rendering service under subcontract or other arrangement not less
than the general prevailing rate of per diem wages for work of a similar character in the locality in
which the Work is performed, and not less than the general prevailing rate of per diem wages for
holiday and overtime work fixed in the Labor Code.
Contractor stipulates that it shall comply with all applicable wage and hour laws, including without
limitation Labor Code Section 1813. Failure to so comply, including without limitation Labor Code
Section 1776, shall constitute a default under this Contract.
This Project is subject to prevailing wage compliance monitoring and enforcement by the
Department of Industrial Relations.
18.1. Contractor and Subcontractors must keep accurate payroll records, showing the name, address,
social security number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or
other employee employed by him or her in connection with the Work of the Contract
Documents. Each payroll record shall contain or be verified by a written declaration as required
by Labor Code Section 1776.
18.2. With each application for payment, Contractor shall also deliver certified payrolls to Owner as
set forth above in this Document 00 7200 (General Conditions), and concurrently therewith (but
in no event less frequently than monthly) directly to the Labor Commissioner in the format
prescribed by the Labor Commissioner.
18.3. Contractor shall post all jobsite notices if and when prescribed by regulation.
18.4. The payroll records enumerated above must be certified and shall be available for inspection at
all reasonable hours at the principal office of Design -Build Team as required by Labor Code
Section 1776.
18.5. Contractor shall inform Owner of the location of records enumerated above, including the street
address, city and county, and shall, within five working Days, provide a notice of a change of
location and address.
18.6. Contractor or Subcontractor has 10 Days in which to comply subsequent to receipt of a written
notice requesting the records enumerated above. In the event that Contractor or Subcontractor
fails to comply with the ten -Day period, he or she shall, as a penalty to Owner on whose behalf
the contract is made or awarded, forfeit $100.00 for each calendar Day, or portion thereof, for
each worker, until strict compliance is effectuated. Upon the request of the Division of
Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall
be withheld from progress payments then due. Contractor is not subject to a penalty assessment
pursuant to this paragraph due to the failure of a Subcontractor to comply with this paragraph.
18.7. Contractor shall also deliver certified payrolls to Owner with each Application for Payment as
described in Section 00 2000 (Measurement and Payment).
18.8. Contractor will be fully responsible for reporting to and providing all documentation and other
information required by the Department of Industrial Relations, and for paying all resulting
penalties, fines, and other amounts due on account of any prevailing wage or other labor, wage
or hour violation. Without limiting the foregoing, Contractor will forward certified payroll
records directly to the Labor Commissioner in accordance with 8 CCR.
18.9. Pursuant to 8 CCR 16451, Contractor shall post on the Project Site a Notice containing the
following language:
"This public works project is subject to monitoring and investigative activities by the Compliance
Monitoring Unit (CMU) of the Division of Labor Standards Enforcement, Department of Industrial
Relations, State of California. This Notice is intended to provide information to all workers
employed in the execution of the contract for public work and to all contractors and other
persons having access to the job site to enable the CMU to ensure compliance with and
enforcement of prevailing wage laws on public works projects.
The prevailing wage laws require that all workers be paid at least the minimum hourly wage as
determined by the Director of Industrial Relations for the specific classification (or type of work)
performed by workers on the project. These rates are listed on a separate job site posting of
minimum prevailing rates required to be maintained by the public Team which awarded the
public works contract. Complaints concerning nonpayment of the required minimum wage rates
to workers on this project may be filed with the CMU at any office of the Division of Labor
Standards Enforcement (DLSE).
Local Office Telephone Number: [Contractor to provide]
Complaints should be filed in writing immediately upon discovery of any violations of the
prevailing wage laws due to the short period of time following the completion of the project that
the CMU may take legal action against those responsible.
Complaints should contain details about the violations alleged (for example, wrong rate paid, not
all hours paid, overtime rate not paid for hours worked in excess of 8 per day or 40 per week,
etc.) as well as the name of the employer, the public Team which awarded the public works
contract, and the location and name of the project.
For general information concerning the prevailing wage laws and how to file a complaint
concerning any violation of these prevailing wage laws, you may contact any DLSE office.
Complaint forms are also available at the Department of Industrial Relations website found at
www.dir.ca.gov/dlse/PublicWorks.html."
18.10. Contractor shall assist Owner in conducting the pre -job conference required by 8 CCR 16454.
18.11. Contractor and all Subcontractors shall keep accurate payroll records in accordance with Labor
Code Section 1776. Such records shall be furnished to the Compliance Monitoring Unit each
month, no later than the time Contractor submits each Application for Payment as described in
Section 00 2000 (Measurement and Payment). and within 10 days of any separate request by the
Compliance Monitoring Unit. Payroll records shall be furnished in a format prescribed by section
16401 of Title 8 of the California Code of Regulations, with use of the current version of DIR's
"Public Works Payroll Reporting Form" (A-1-131) and "Statement of Employer Payments" (DLSE
Form PW26) constituting presumptive compliance with this requirement, provided the forms are
filled out accurately and completely. If the Compliance Monitoring Unit has provided for and
requires the electronic submission of certified payroll reports in lieu of paper forms, Contractor
shall comply with the electronic submission requirements. Contractor shall provide Owner with
a concurrent hard copy of any electronic payroll report submission.
18.12. If directed by the Labor Commissioner, Owner shall withhold Contract payments when payroll
records are delinquent or inadequate.
19. SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City
may require, to amend the specifications and/or drawings prior to the date set for opening bids. Such
revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such
addenda as may be issued, will be furnished to all prospective bidders. If the revisions and
amendments are of nature in which require material changes in quantities or price bid, or both, the
date set for opening bids may be postponed by such number of days as, in the opinion of the City, will
enable bidders to revise their bids. In such cases, the addendum will include an announcement of the
new date for opening bids.
The bidder is required to acknowledge all issued addendums at the time of bid opening. Failure to
sign and return all submitted addendums will result in disqualification of the submitted bid. It is the
bidders' responsibility to ensure all addendums have been received before the bid opening.
20. SUBCONTRACTORS REQUIREMENTS. Each bidder must submit with their bid the Designation of
Subcontractors form: No bid shall be considered unless the required form is submitted as required.
Please see Section E. Subcontractor and DBE Information for more information.
21. MANDATORY REQUIREMENTS. All of the instructions, submittals, or subsequent communications set
forth herein shall be considered mandatory.
22. EXAMINATION OF CONTRACT DOCUMENTS.
22.1. Bidder shall examine carefully the entire site of work, including but not restricted to the
conditions and encumbrances related thereto, the plans and specifications, bid documents, and
contract forms therefore. The submission of a bid shall be conclusive evidence that bidder has
investigated and is satisfied as to the conditions to be encountered, as to the character, quality,
and scope of the work to be performed, the quantities of material to be furnished, and as to the
requirements of the proposal, plans, specifications, and other contract documents.
22.2. Bidders must satisfy themselves by personal examination of the work site, plans, specifications,
and other contract documents, and by any other means as they may believe necessary, as to the
actual physical conditions, requirements, and difficulties under which the work must be
performed. No bidder shall at any time after submission of a proposal make any claim or
assertion that there was any misunderstanding or lack of information regarding the nature or
amount of work necessary for the satisfactory completion of the job. Errors, omissions, or
discrepancies found in the plans, specifications, or other contract documents shall be called to
the attention of the City by as instructed and with the date and time given for bidders' questions
in the most current CITY OF SANTA NOTICE INVITING BIDS or as updated in any addenda.
23. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect
to solicitations being conducted by staff.
23.1.1. Definitions
"Bidder" means any person or firm providing a timely, written response to the City
solicitation.
"Bid Protest" means any protest with regard to the response submitted by another
bidder.
"Response" means the written response to the City solicitation provided by a person or
firm.
"Solicitation Protest" means a statement of protest, dispute, challenge, disagreement,
disapproval or other objection regarding documents, determinations or actions taken or
contemplated by the City with respect to a solicitation.
"Solicitation" means the document by which the City identifies goods, equipment,
services or public construction projects for which it seeks a response.
23.1.2. Format- The protest must be in writing and include the following information at a
minimum:
23.1.2.1. The name, address and phone number of the protester, or the authorized
representative of the protester;
23.1.2.2. The signature of the protester or authorized representative of the protester;
23.1.2.3. The solicitation number and title under which the protest is submitted;
23.1.2.4. A detailed description of the legal and/or factual grounds for the protest and all
supporting documentation. For protests containing elements not based on
publicly released information the protest must contain documentation clearly
showing the date on which the protester received the information; and
23.1.2.5. The form of relief requested.
23.1.3. Solicitation Protests- Protests of any kind regarding the solicitation including, but not
limited to, specifications, scope of work or process, must be received by the City's
Purchasing Agent not more than five calendar days after the last day for questions or the
last addendum is issued, whichever is later. The decision by the Purchasing Agent on any
solicitation protest shall be final.
23.1.4. Bid Protest and Review
23.1.4.1. The protest, in the Format specified above, must be submitted to the City
Manager by email or by personal delivery or overnight mail (to City Hall, 23920
Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by
the City no later than seven calendar days after the bid opening.
23.1.4.2. A copy of the protest must be served upon the bidder subject to the protest in
the same manner by which the protest was submitted to the City Manager.
Failure to serve the protest upon the bidder subject to the protest is grounds
upon which the City may deny the protest.
23.1.4.3. A bidder whose bid has been protested by another bidder may submit to the City
Manager a written response to the protest by email or by personal delivery or
overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita,
CA 91355) so that it is received by the City no later than seven calendar days after
the protest has been served by the protesting bidder.
23.1.4.4. The City Manager or designee shall have up to ten calendar days to decide
whether to approve or reject the protest. The written decision of the City
Manager or designee on the protest shall be served upon the protesting bidder
and any bidder subject to the protest within 14 calendar days of receipt of the bid
protest. The City Manager or designee may extend the 10 calendar days if
necessary to review additional information requested from any bidder.
23.1.4.5. The decision of the City Manager or designee on the bid protest shall be final with
no further review.
23.1.5. State or Federal Funding
23.1.5.1. If the subject matter of the solicitation or project is receiving any State or Federal
funds which requires a protest procedure different than the procedures stated
above, then that protest procedure shall control.
23.1.5.2. In the event there is any lawsuit filed against the City relating to any federally
funded project, the City will provide prompt notice of that lawsuit to all agencies
who participated in the funding of the project.
23.1.6. Mandatory Procedure -This administrative procedure and the time limits set forth herein
are mandatory. Failure to comply with these mandatory procedures shall constitute a
waiver of any right to pursue the bid protest, including filing a Government Code claim or
any legal proceedings or actions.
BID CLAUSES
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
1. BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll -free hotline to report bid
rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities.
The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is
confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the DOT Inspector
General.
2. DISQUALIFICATION OF BIDDERS. In the event that any bidder acting as a prime contractor has an
interest in more than one proposal, all such proposals will be rejected, and the bidder will be
disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations
to more than one bidder and, while doing so, may also submit a formal bid as a prime contractor.
Proposals will be accepted from bidders who are not licensed in accordance with the provisions of the
State Business and Professions Code; however, the successful bidder shall be licensed in accordance
with provisions of the Business and Professions Code and shall possess a State General Engineering
Contractor's license TBD —Ask Daniel at the time a contract for this work is awarded. Any bidder which
has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified bidder
for the purposes of this project.
The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and
to establish the responsibility, qualifications and financial ability of the bidder to do the work in
accordance with the Contract Documents to the City's satisfaction within the prescribed time. To
determine the degree of responsibility to be credited to the bidder, the City will weigh any evidence
including but not limited to evidence of suspension, debarment, exclusion, or determination of
ineligibility by any other City. Any bidder which is currently debarred by any public agency is deemed
not to be a qualified bidder for the purposes of this project.
If in the opinion of the City, a bidder is determined to be insufficiently qualified, then that bid will not
be considered for award of the contract.
3. DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other
Responsibility Matters- Lower Tier Covered Transactions. Instructions for certification:
3.1.1.By signing and submitting this bid or proposal, the prospective lower tier participant is
providing the signed certification set out below.
3.1.2.The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, City of Santa Clarita may pursue available
remedies, including suspension and/or debarment.
3.1.3.The prospective lower tier participant shall provide immediate written notice to City of
Santa Clarita if at any time the prospective lower tier participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed
circumstances.
3.1.4.The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "persons," "lower tier covered transaction," "principal,"
"proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in
the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR
Part 29]. You may contact the City of Santa Clarita for assistance in obtaining a copy of those
regulations.
3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower
tier covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized in
writing by City of Santa Clarita.
3.1.6.The prospective lower tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower
tier covered transactions and in all solicitations for lower tier covered transactions.
3.1.7.A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible,
or voluntarily excluded from the covered transaction, unless it knows that the certification
is erroneous. A participant may decide the method and frequency by which it determines
the eligibility of its principals. Each participant may, but is not required to, check the Non -
procurement List issued by U.S. General Service Administration.
3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily excluded from participation in
this transaction, in addition to all remedies available to the Federal government, City of
Santa Clarita may pursue available remedies including suspension and/or debarment.
3.2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower
Tier Covered Transaction
3.2.1.The prospective lower tier participant certifies, by submission of this bid or proposal, that
neither it nor its "principals" as defined at 49 C.F.R suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation in this transaction by any
Federal department or agency.
3.2.2.When the prospective lower tier participant is unable to certify to the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
4. LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with
State and Federal laws relating to bids for contracts of this nature, whether the same are expressly
referred to herein or not. bidders submitting a proposal shall, by such action thereby, agree to each
and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred
to in the plans, specifications, and other contract documents, and to full compliance therewith.
4.1. Additionally, bidders submitting a proposal shall, by such action thereby, agree to pay at least
the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the Labor Code
for each craft, classification, or type of workman required, as set forth by the Director of
Industrial Relations of the State of California. Attention is directed to the Federal minimum wage
rate requirements in the books entitled "Proposal and Contract". If there is a difference between
the Federal minimum wage rates predetermined by the Sectary of Labor and the State general
prevailing wage rate determined by the Director of the California Department of Industrial
Relations for similar classifications of labor, the bidder and subcontractors shall pay not less than
the higher wage rate.
5. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENTTO AWARDING BODY. Pursuant to Section 7103
of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract."
In entering into a public works contract or a subcontract to supply goods, services, or materials
pursuant to a public works contract, the bidder or subcontractor offers and agrees to assign to the
awarding body all rights, title, and interest in and to all causes of action it may have under Section 4
of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12
Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of
goods, services, or materials pursuant to the public works contract or the subcontract. This
assignment shall be made and become effective at the time the awarding body tenders final payment
to the bidder, without further acknowledgment by the parties.
6. CHANGED CONDITIONS.
6.1. Differing Site Conditions
6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered
at the site differing materially from those indicated in the contract or if unknown physical
conditions of an unusual nature, differing materially from those ordinarily encountered and
generally recognized as inherent in the work provided for in the contract, are encountered
at the site, the party discovering such conditions shall promptly notify the other party in
writing of the specific differing conditions before the site is disturbed and before the
affected work is performed.
6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is
determined that the conditions materially differ and cause an increase or decrease in the
cost or time required for the performance of any work under the contract, an adjustment,
excluding anticipated profits, will be made and the contract modified in writing accordingly.
SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted.
6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless
the contractor has provided the required written notice.
6.1.4.No contract adjustment will be allowed under this clause for any effects caused on
unchanged work. (This provision may be omitted by the Local Agency, at their option.)
6.2. Suspensions of Work Ordered by the Engineer
6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer
in writing for an unreasonable period of time (not originally anticipated, customary, or
inherent to the construction industry) and the contractor believes that additional
compensation and/or contract time is due as a result of such suspension or delay, the
contractor shall submit to the engineer in writing a request for adjustment within 7 calendar
days of receipt of the notice to resume work. The request shall set forth the reasons and
support for such adjustment.
6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that
the cost and/or time required for the performance of the contract has increased as a result
of such suspension and the suspension was caused by conditions beyond the control of and
not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not
caused by weather, the engineer will make an adjustment (excluding profit) and modify the
contract in writing accordingly. The contractor will be notified of the engineer's
determination whether or not an adjustment of the contract is warranted.
6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for
adjustment within the time prescribed.
6.2.4.No contract adjustment will be allowed under this clause to the extent that performance
would have been suspended or delayed by any other cause, or for which an adjustment is
provided or excluded under any other term or condition of this contract.
6.3. Significant Changes in the Character of Work
6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such
changes in quantities and such alterations in the work as are necessary to satisfactorily
complete the project. Such changes in quantities and alterations shall not invalidate the
contract nor release the surety, and the contractor agrees to perform the work as altered.
6.3.2.If the alterations or changes in quantities significantly change the character of the work
under the contract, whether such alterations or changes are in themselves significant
changes to the character of the work or by affecting other work cause such other work to
become significantly different in character, an adjustment, excluding anticipated profit, will
be made to the contract. The basis for the adjustment shall be agreed upon prior to the
performance of the work. If a basis cannot be agreed upon, then an adjustment will be made
either for or against the contractor in such amount as the engineer may determine to be fair
and equitable.
6.3.3.If the alterations or changes in quantities do not significantly change the character of the
work to be performed under the contract, the altered work will be paid for as provided
elsewhere in the contract.
6.3.4.The term "significant change" shall be construed to apply only to the following
circumstances:
6.3.4.1. When the character of the work as altered differs materially in kind or nature
from that involved or included in the original proposed construction; or
6.3.4.2. When a major item of work, as defined elsewhere in the contract, is increased in
excess of 125 percent or decreased below 75 percent of the original contract quantity.
Any allowance for an increase in quantity shall apply only to that portion in excess of
125 percent of original contract item quantity, or in case of a decrease below 75
percent, to the actual amount of work performed.
6.3.4.3.
7. QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is
produced to comply with the Contract. You may examine the records and reports of tests the Agency
performs if they are available at the job site. Schedule work to allow time for QAP.
8. TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts
bid will be deemed and held to include any such taxes which may be applicable.
9. NONDISCRIMINATION. In the performance of this Contract, bidder shall not discriminate in
recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious
creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the
provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et
seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order
No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant
to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code
of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts.
Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in
each such subcontract language similar to this paragraph. Failure by the contractor to carry out
these requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy, as the recipient deems appropriate.
10. SPECIAL PROVISIONS. Failure of the bidder to fulfill the requirements of the Special Provisions for
submittals required to be furnished after bid opening, including but not limited to escrowed bid
documents, where applicable, may subject the bidder to a determination of the bidder's responsibility
in the event it is the apparent low bidder on a future public works contracts.
PROPOSAL FORM
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS CITY:
In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials,
equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications,
and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees
to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of
the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of
discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name:
Company Address:
Phone:
Email:
By:
Print Name
Title:
Signature:
Date:
BID SCHEDULE
Bid # ENG-20-21-MO138
2020-21 Annual Concrete Rehabilitation Program
City Project M0138
This form is for reference ONLY. Do NOT include this form in the bid response and fill
out line item pricing on BidNet.
ITEM
DESCRIPTION
QTY
UNIT
UNIT PRICE
TOTAL
NO.
1
Mobilization
1
LS
$
$
2
Traffic Control
1
LS
$
$
3
Implementation of Best Management Practices
1
LS
$
$
4
Removal and Replacement of 4" Portland Cement
21,501
SF
$
$
Concrete Sidewalk
5
Removal and Replacement of 4" Residential
1,461
SF
$
$
Driveway Approach
6
Removal and Replacement of 6" Commercial
1,250
SF
$
$
Driveway Approach
7
Removal and Replacement of 6" Portland Cement
63
LF
$
$
Concrete Curb & Gutter
8
Removal and Replacement of 8" Portland Cement
1
LS
$
$
Concrete Curb & Gutter
9
Removal and Reconstruction of PCC ADA Ramp
1
LS
$
$
10
Removal and Replacement of PCC Spandrels and
1
LS
$
$
Cross Gutter
TOTAL
$
BID:
Total Bid in
Words:
C-2
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
1. SUMMARY OF CONTRACT REQUIREMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita
(City). Contract language will be negotiated upon acceptance of proposal and prior to
commencement of work. Work cannot begin until the contract has been fully executed
by both parties.
2. SUMMARY OF INSURANCE REQUIREMENTS
a. These are the Insurance Requirements for Contractors providing services or supplies to
the City. By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. When Contract documents
are executed, the actual Contract language and Insurance Requirements may include
additional provisions as deemed appropriate by City's Risk Manager.
You should check with your Insurance advisors to verify compliance and determine if
additional coverage or limits may be needed to adequately insure your obligations
under this agreement. These are the minimum required and do not in any way
represent or imply that such coverage is sufficient to adequately cover the Contractor's
liability under this agreement. The full coverage and limits afforded under Contractor's
policies of Insurance shall be available to Buyer and these Insurance Requirements shall
not in any way act to reduce coverage that is broader or includes higher limits than
those required. The Insurance obligations under this agreement shall be: 1—all the
Insurance coverage and limits carried by or available to the Contractor; or 2—the
minimum Insurance requirements shown in this agreement, whichever is greater. Any
insurance proceeds in excess of the specified minimum limits and coverage required,
which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements and a copy of the Declarations and Endorsement
Page of the CGL policy listing all policy endorsements to City before work begins. City
reserves the right to require full -certified copies of all Insurance coverage and
endorsements.
3. INSURANCE
a. General Insurance Requirements
i. All insurance shall be primary insurance and shall name City of Santa Clarita as
an additional insured. The naming of an additional insured shall not affect any
recovery to which such additional insured would be entitled under the policy if
not named as an additional insured, and an additional insured shall not be held
liable for any premium or expense of any nature on the policy or any extension
thereof solely because they are an additional insured thereon.
ii. If the operation under this Agreement results in an increased or decreased risk
in the opinion of the City's Risk Manager, then Consultant agrees that the
minimum limits hereinabove designated shall be changed accordingly upon
written request by the Risk Manager.
iii. Consultant agrees that provisions of this Section as to maintenance of insurance
shall not be construed as limiting in any way the extent to which Consultant may
be held responsible for the payment of damages to persons or property
resulting from Consultant's activities, the activities of its subconsultants, or the
activities of any person or persons for which Consultant is otherwise
responsible.
iv. A Certificate of Insurance, and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a
company acceptable to the City's Risk Manager shall be submitted to City prior
to execution of this Agreement on behalf of the City.
The terms of the insurance policy or policies issued to provide the above
insurance coverage shall provide that said insurance may not be amended or
canceled by the carrier, for nonpayment of premiums otherwise, without 30
days prior written notice of amendment or cancellation to City. In the event the
said insurance is canceled, Consultant shall, prior to the cancellation date,
submit new evidence of insurance in the amounts heretofore established.
vi. All required insurance must be in effect prior to awarding this Agreement, and it
or a successor policy must be in effect for the duration of this Agreement.
Maintenance of proper insurance coverage is a material requirement of this
Agreement, and the failure to maintain and renew coverage or to provide
evidence of renewal may be treated by the City as a material breach of contract.
If Consultant, at any time during the term of this Agreement, should fail to
secure or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name at Consultant's sole
cost and expense, or may terminate this Agreement for material breach.
vii. Without limiting any other Consultant obligation regarding insurance, should
Consultant's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, Consultant must notify City within 24 hours of
receipt of notice of cancellation. Furthermore, Consultant must obtain
replacement coverage that meets all contractual requirements within 10 days of
the prior insurer's issuance of notice of cancellation. Consultant must ensure
that there is no lapse in coverage.
b. General Liability and Property Damage Insurance
i. Consultant agrees to procure and maintain general liability and property
damage insurance at its sole expense to protect against loss from liability
imposed by law for damages on account of bodily injury, including death
therefrom, and property damage, suffered or alleged to be suffered by any
person or persons whomsoever, resulting directly from any act or activities of
Consultant, its subconsultants, or any person acting for Consultant or under its
control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by
or from acts or activities of Consultant, or its subconsultants, or any person
acting for Consultant, or under its control or direction. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost in defending claims for alleged loss. Such general
liability and property damage insurance shall be maintained in the following
minimum limits: A combined single -limit policy with coverage limits in the
amount of $1,000,000 per occurrence will be considered equivalent to the
required minimum limits.
c. Automotive Insurance
Consultant shall procure and maintain public liability and property damage
insurance coverage for automotive equipment with coverage limits of not less
than $1,000,000 combined single limit. If Consultant does not use automobiles
in performing its work under this Agreement, Consultant shall provide a waiver
releasing City from all liability resulting from Consultant's use of personal
vehicles under this Agreement.
d. Worker's Compensation Insurance
i. Consultant shall procure and maintain Worker's Compensation Insurance in the
amount of $1,000,000 per occurrence or as will fully comply with the laws of the
State of California and which shall indemnify, insure, and provide legal defense
for both Consultant and City against any loss, claim, or damage arising from any
injuries or occupational diseases happening to any worker employed by
Consultant in the course of carrying out this Agreement.
ii. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against City, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by Consultant for City.
Questions and requests for modification of these terms must be negotiated and approved prior to
contract execution and are at the full discretion of the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
BIDDER'S INFORMATION AND CERTIFICATION
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, CA
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any CITY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises
for those portions of the work to be subcontracted, and that such affirmative actions have been fully
documented, that said documentation is open to inspection, and that said affirmative action will remain in
effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action
will be taken to meet all equal employment opportunity requirements of the contract documents.
CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION
By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the
Subcontractor Designations form are the subject of current and active contractor registrations pursuant to
Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's
registration number is indicated below. Subcontractors' registration numbers are indicated on the
Subcontractor Designations form.
Bidder's Name:
Business Address:
Telephone No.: _
State CONTRACTOR's License No. & Class:
111
Original Date:
Expiration Date:
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest in this proposal:
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner or joint venture are as follows:
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this day of 20_
BIDDER:
Signature
Name and Title of Signatory
Legal Name of Bidder
Add ress
Telephone Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE
ATTACHED
Subscribed and sworn to this
day of 120
Notary Public (SEAL)
1. Submitted by:
Principal Office Address:
2. Type of Firm:
BIDDER'S QUESTIONNAIRE
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
Telephone:
❑ C Corporation
❑ S Corporation
❑ Individual/Sole Proprietor or Single —Member LLC
❑ Partnership
❑ Limited Liability Company "C" C-Corp
❑ Limited Liability Company "S" S-Corp
❑ Limited Liability Company "P" Partnership
❑ Other
3a. If a corporation, answer these questions:
Date of Incorporation: _
President's Name:
Vice -President's Name:
Secretary or Clerk's Name:
Treasurer's Name:
State of Incorporation:
3b. If a partnership, answer these questions:
Date of organization:
State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
BIDDER'S QUESTIONNAIRE (cont'd)
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
4. Name of person holding CONTRACTOR'S license:
License number: Class: Expiration Date:
D.I.R. Registration #
5. CONTRACTOR's Representative:
Title:
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
A.
Owner:
Project Location:
Type of Project:
B.
Owner:
Project Location:
Type of Project:
C.
Owner:
Project Location:
Type of Project: _
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any
of its establishments, and that it does not permit its employees to perform their services at any location,
under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not
maintain or provide for its employees any segregated facilities at any of its establishments, and that it will
not permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any
waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks,
locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are segregated
by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because
of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files.
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-20-21-MO138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
Subcontractor
DIR Registration No.*
Dollar Value of Work
Age of firm:
Q -A E.- Yes; Ne
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Age of firm:
D°C-Xes Ple
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Age of firm:
PAP. yc5 P}e
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code
REFERENCES
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which bidder
has performed and completed work of a similar scope and size within the past 3 years. If the scope of
work/specifications requests references different than instructions above, the scope of work/specifications
shall govern:
1.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
bidder intends to procure insurance bonds:
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any
federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY
within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 10 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall
also constitute signature of this Certification.
BIDDER'S BOND
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check
or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of
the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall,
23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words
"BID BOND FOR" and the bid #, no later than the bid opening date and time, for the BIDDER to be
considered responsive.
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita
for: dollars ($ ), this amount being not
less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the
property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally
constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: 2020-21 Annual Concrete Rehabilitation Program
Bid No. ENG-20-21-MO138
Project No. M0138
Bidder's Signature
CONTRACTOR/BIDDER
Address
City, State, Zip Code
* Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed.
The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.
PROPOSAL GUARANTEE BID BOND
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that , as BIDDER,
and
the
as SURETY, are held and firmly bound unto
City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), which is ten
percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of
which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY
for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded
and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void,
otherwise it shall remain in full force and effect in favor of CITY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
BIDDER:
SURETY*
Day of 120
Signature
Name and Title of Signatory
Add ress
Subscribed and sworn to this day of 20
NOTARY PUBLIC (SEAL)
*Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone
number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury
Department's most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located. )
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the
Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder
to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that
the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly,
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership,
company association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL
ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA
PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY
SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
NON -COLLUSION AFFIDAVIT
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
being first duly sworn deposes and says that he/she is
the (sole owner, a partner, president, etc.) of
the party making the foregoing bid; that such
bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall
refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements,
communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to
fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any
advantage against the public body awarding the Contract or anyone interested in the proposed Contract;
that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly,
submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date
relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any member or CITY thereof, or to any other
individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to
any corporation, partnership, company association, organization, bid depository, or to any member or CITY
thereof, or to any other individual, except to such person or persons as have a partnership or other financial
interest with said BIDDER in his general business.
Bidder:
Signature
Title
Subscribed and sworn to and before me this day of , 20_.
Seal of Notary
SUBCONTRACTORS
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No. M0138
City of Santa Clarita, California
1. SUBCONTRACTORS. Attention is directed to the General Provisions of this spec. section 2-3.2,
"Subcontracting" and the special provisions that the BIDDER perform not less than 50%percent of the
original contract work with the bidder's own organization.
2. LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be
done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request.
2.1. Each BIDDER must submit with his bid the following:
2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201,
typed or legibly printed.
2.1.2.The address of each firm.
2.1.3.The telephone number at the place of business.
2.1.4.Work to be performed by each subcontracting firm.
2.1.5.Total approximate dollar amount of each subcontract.
2.1.6.If sub -contractor is participating as a Disadvantaged Business Enterprise(DBE), the following
additional information is required on the "Designation of Subcontractors" form enclosed:
2.1.6.1. Status as a DBE, age of the firm and the annual gross receipts.
2.2. Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be
considered unless such list is submitted as required.
3. PROMPT PROGRESS PAYMENTTO SUBCONTRACTORS. A prime contractor or subcontractor shall pay
to any subcontractor, not later than seven days after receipt of each progress payment, unless
otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work
performed by the subcontractors, to the extent of each subcontractor's interest therein in accordance
with the provision in Section 7108.5 of the California Business and Professions Code concerning
prompt payment to subcontractors. In the event that there is a good faith dispute over all or any
portion of the amount due on a progress payment from the prime contractor or subcontractor to a
subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the
disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall
subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per
month for every month that payment is not made. In any action for the collection of funds wrongfully
withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions
authorized under this section shall be separate from, and in addition to, all other remedies, either
civil, administrative, or criminal. This provision applies to both DBE and non -DBE subcontractors.
4. CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor
Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder
and Subcontractor is responsible to be in full compliance with those laws. If a potential bidder or
subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720
et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder
shall be ineligible to bid or be awarded a contract or to perform work on any City public works project.
In accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to
perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is
prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the
Public Contract Code, any contract on a City public works project entered into between a bidder and
a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any
City money for performing work as a subcontractor on a City public works contract, and any City
money that may have been paid to a debarred subcontractor by a bidder on the project shall be
returned to the City. The bidder shall be responsible for the payment of wages to workers of a
debarred subcontractor who has been allowed to work on the City project.
5. PERFORMANCE OF SUBCONTRACTORS.
5.1. The subcontractors listed by the Contractor in conformance with Section 2-3.1,
"Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which
they are listed, unless the Contractor has received prior written authorization to perform the
work with other forces or to obtain the materials from other sources.
5.2. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE
participation. This notice should be provided prior to the commencement of that portion of
the work.
5.3. The subcontractors listed by you in the Contract Documents shall list therein the name and
address of each subcontractor to whom the bidder proposes to subcontract portions of the
work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever
is greater, in accordance with the Subletting and Subcontracting Fair Practices Act,
commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited
to other provisions of the Act related to the imposition of penalties for a failure to observe its
provisions by using unauthorized subcontractors or by making unauthorized substitutions.
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Project Name (State Fund)
This AGREEMENT is made and entered into for the above -stated project BY AND BETWEEN
the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
and appendices; together with this AGREEMENT and all required bonds, insurance certificates,
permits, notices, and affidavits; and also including any and all addenda or supplemental
agreements clarifying or extending the work contemplated as may be required to insure its
completion in an acceptable manner. All of the provisions of said AGREEMENT documents are
made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide
the materials, do the work, and fulfill the obligations according to the terms and conditions herein
contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time,
in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
City and its respective elected and appointed boards, officials, officers, agents, employees, and
volunteers (individually and collectively, "Indemnitees") shall have no liability to
CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect,
and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of
action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever
nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which
Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or
arising out of any injury to or death of any person(s), damage to property, loss of use of property,
economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S
performance of or failure to perform any services under this Agreement, or by the negligent or
willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees,
committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters against
which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR,
upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such
acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the
matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The
limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not
limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the
expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active
negligence or acts of omission.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and
policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and
nothing contained herein shall be construed as making the CONTRACTOR, or any individual
whose compensation for services is paid by the CONTRACTOR, an agent or employee of the
CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on
behalf of the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but
not limited to, the following and as otherwise required by law. The terms of the insurance policy
or policies issued to provide the above insurance coverage shall provide that said insurance may
not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without
thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the
City Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by law
for damages on account of bodily injury, including death therefrom, suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY,
or under its control or direction, and also to protect against loss from liability imposed by law for
damages to any property of any person caused directly or indirectly by or from acts or activities
of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or
direction. Such public liability and property damage insurance shall also provide for and protect
the CITY against incurring any legal cost in defending claims for alleged loss. Such General,
Public and Professional liability and property damage insurance shall be maintained in full force
and effect throughout the term of the AGREEMENT and any extension thereof in the amount
indicated above or the following minimum limits:
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf
of the City.
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this
Agreement, City may obtain coverage at CONTRACTOR'S expense and deduct the cost of such
insurance from payments due to CONTRACTOR under this Agreement or terminate. In the
alternative, should CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation.
CONTRACTOR must ensure that there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall
not be construed as limiting in any way the extent to which the CONTRACTOR may be held
responsible for the payment of damages to persons or property resulting from the
CONTRACTOR's activities or the activities of any person or persons for which the
CONTRACTOR is otherwise responsible.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with
the laws of the State of California and which shall indemnify, insure and provide legal defense for
both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries
or occupational diseases happening to any worker employed by the CONTRACTOR in the course
of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of
subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this
AGREEMENT, and any extension thereof, public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000 combined
single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita
as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD)
of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS
entered into with the City. CONTRACTOR agrees to complete all required forms necessary to
comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be
entitled to compensation for all satisfactory services completed and materials provided to the date
of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder,
shall not be construed as a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise
provided for herein.
Severability
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding
shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be
construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall
be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government. CONTRACTOR shall comply with all aspects of the
National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local
waterways. Failure to implement NPDES Requirements shall result in project delays through City
issued Stop Work Notices and/or fines levied against the CONTRACTOR.
CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal
and state workplace and employment laws including those that relate to minimum hours and
wages, occupational health and safety, workers compensation insurance and state, county and local
orders.
Prevailing Wages
DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No contractor or
subcontractor may be listed on a bid proposal for a public works project (submitted on or after
March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor
Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code Section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for
public work on a public works project (awarded on or after April 1, 2015) unless registered with
the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is
subject to compliance monitoring and enforcement by the Department of Industrial Relations.
PREVAILING WAGES. If this contract is subject to the State prevailing wage requirements of
the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and
1777.5. Contractor shall comply with California prevailing wage laws including, to the extent
applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general
prevailing wage rates in the county, or counties, in which the work is to be done have been
determined by the Director of the California Department of Industrial Relations. These wages are
set forth in the General Prevailing Wage Rates for this project, available from the California
Department of Industrial Relations' Internet web site at
http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm. Future effective general prevailing
wage rates which have been predetermined and are on file with the California Department of
Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of
the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible
for obtaining a current edition of all California statutes and regulations, and adhering to the latest
editions of such.
FEDERAL PREVAILING WAGE. If this is a federally funded project and the Davis Bacon Act
will be enforced. The current General Decision of wage determinations issued by the United States
Department of Labor is set forth at the following website address: https://beta.sam.gov/. If there is
a difference between the prevailing wage rate determined by the Department of Labor and the
prevailing wage rate predetermined by the Director of Industrial Relations for similar
classifications of labor, the Contractor and its Subcontractors shall pay not less than the higher
prevailing wage rate. The Agency will not accept lower State prevailing wage rates not specifically
included in the Federal prevailing wage determinations. This includes "helper" (or other
classifications based on hours of experience) or any other classification not appearing in the
Federal prevailing wage determinations. Where Federal prevailing wage determinations do not
contain the State prevailing wage rate determination otherwise available for use by the Contractor
and Subcontractors, the Contractor and Subcontractors shall pay not less than the Federal
prevailing wage rate which most closely approximates the duties of the employee(s) in question.
The prevailing wage rate for any classification not listed by the Department of Labor or the
Director of Industrial Relations, but which may be required to execute the Contract, shall be in
accord with specified rates for similar or comparable classifications or for those performing similar
or comparable duties, within the Agency's determinations.
PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the
Immigration and Nationality Act (INA), which includes provisions addressing employment
eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire
only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.)
and aliens authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no
services or products under the Contract Documents will be performed or manufactured by any
worker who is not legally eligible to perform such services or employment.
ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE.
The Parties agree that this Agreement may be transmitted and signed by electronic mail by
either/any or both/all Parties, and that such signatures shall have the same force and effect as
original signatures, in accordance with California Government Code section 16.5 and Civil Code
section 1633.7.
(SIGNATURES ON NEXT PAGE)
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
ALL SIGNATURES MUST BE Signed By:
WITNESSED BY NOTARY
CITY:
Print Name & Title:
CONTRACTOR's License No.
Class
Date:
Mayor/City Manager of the City of Santa Clarita
Approved as to Form: Date:
City Attorney of the City of Santa Clarita
LABOR AND MATERIAL BOND
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No.M0138
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that
as CONTRACTOR AND
as SURETY, are
held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of
dollars ($ ), which
is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to
enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR or any
subcontractor fails to payfor any labor or material of any kind used in the performance of the workto be done under
said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said
labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure
to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any
alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of
the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations
is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day
of .2020.
CONTRACTOR:
Signature
Name and Title of Signatory
Legal Name of Bidder
Address
Telephone Number Federal Tax I.D. No.
SURETY*
Subscribed and sworn to this day of 12020.
NOTARY PUBLIC
*Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative.
FAITHFUL PERFORMANCE BOND
Bid #ENG-20-21-M0138
2020-21 Annual Concrete Rehabilitation Program
City Project No.M0138
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that
as
CONTRACTOR, AND as SURETY, are
held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of
dollars ($
), which is one -
hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to
enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR faithfully
performs and fulfills all obligations under the contract documents in the manner and time specified therein, then
this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY; provided that
any alterations in the obligation or time for completion made pursuant to the terms of the contract documents
shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived
bySURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
.2020.
CONTRACTOR:
Signature
Name and Title of
Signatory Legal Name
of Bidder Address
Telephone Number Federal Tax I.D. No.
SURETY*
Subscribed and sworn to this day of 12020.
NOTARY PUBLIC
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone
number of authorized representatives.
SECTION F - GENERAL PROVISIONS
For
Fiscal Year 2020-2021
Annual Concrete Rehabilitation Program (Citywide)
City Project M0138
Bid No. ENG-20-21-MO138
City of Santa Clarita, California
The general provisions for this contract shall be in conformance with Part 1 "General Provisions" and Part
4 "Existing Improvements", of the Standard Specifications for Public Works Construction, 2018
Edition, except as amended and or superseded by the following general provisions.
PART 1 - GENERAL PROVISIONS
SECTION 1- GENERAL
1-2 TERMS AND DEFINITIONS..........................................................................................................5
1-3 ABBREVIATIONS...........................................................................................................................6
1-3.2 Common Usage.........................................................................................................................6
1-6 BIDDING AND SUBMISSION OF THE BID.................................................................................6
1.6-1 General......................................................................................................................................6
1-6.2 Subcontractor Listing................................................................................................................6
1-7 AWARD AND EXECUTION OF THE CONTRACT.....................................................................6
1-7.1 General......................................................................................................................................6
1-7.2 Contract Bonds..........................................................................................................................7
SECTION 2 - SCOPE OF THE WORK
2-1 WORK TO BE DONE......................................................................................................................7
2-2 PERMITS..........................................................................................................................................
7
2-3 RIGHT-OF-WAY..............................................................................................................................8
2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES............................................................
8
2-5.1 General......................................................................................................................................8
2-7 CHANGES INITIATED BY THE AGENCY..................................................................................8
2-7.1 General......................................................................................................................................8
2-7.2 Balancing Change Order...........................................................................................................9
2-7.3 Surety Notification....................................................................................................................9
SECTION 3 - CONTROL OF THE WORK
3-2 SELF-PERFORMANCE...................................................................................................................9
3-4 AUTHORITY OF THE BOARD AND THE ENGINEER...............................................................9
3-5 INSPECTION..................................................................................................................................10
3-6 THE CONTRACTOR'S REPRESENTATIVE...............................................................................10
3-7 CONTRACT DOCUMENTS..........................................................................................................10
E-1
3-7.1 General....................................................................................................................................10
3-8 SUBMITTALS................................................................................................................................11
3-8.1 General....................................................................................................................................11
3-8.9 Pre -Construction Submittals...................................................................................................11
3-8.10 Submittals Schedule................................................................................................................12
3-10 SURVEYING..................................................................................................................................12
3-10.1 General....................................................................................................................................12
3-12 WORK SITE MAINTENANCE.....................................................................................................12
3-12.2 Air Pollution Control..............................................................................................................12
3-12.3 Noise Control..........................................................................................................................13
3-12.6 Water Pollution Control..........................................................................................................13
3-12.6.2 Best Management Practice (BMP's).......................................................................................13
3-12.6.2.1 General............................................................................................................................13
3-12.6.2.2 BMP Plan Preparation and Submittal.............................................................................14
3-12.6.2.3 Implementation of the BMP Plan....................................................................................15
3-12.6.2.4 Maintenance....................................................................................................................16
3-12.6.2.5 Payment...........................................................................................................................17
3-14 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT.................................17
3-15 NONCOMPLIANCE WITH THE PLANS AND SPECIFICATIONS..........................................18
3-16 CONTRACT CLOSE-OUT............................................................................................................18
3-16.1 Submittals and Activities........................................................................................................18
3-16.1.1.1 As -Built Plans.................................................................................................................19
SECTION 4 - CONTROL OF MATERIALS
4-6 TRADE NAMES.............................................................................................................................20
SECTION 5 - LEGAL RELATIONS AND RESPONSIBILITIES
5-3 LABOR...........................................................................................................................................20
5-3.1 General....................................................................................................................................20
5-3.2 Prevailing Wages....................................................................................................................20
5-3.6 Work Records.........................................................................................................................21
5-4 INSURANCE..................................................................................................................................21
5-4.1 General....................................................................................................................................21
5-4.2 General Liability Insurance.....................................................................................................21
5-4.3 Workers' Compensation Insurance.........................................................................................
22
5-4.4 Automobile Liability Insurance..............................................................................................22
5-7 SAFETY..........................................................................................................................................22
5-7.1 Work Site Safety.....................................................................................................................
22
5-7.1.1 General....................................................................................................................................22
5-7.1.2 Work Site Safety Official........................................................................................................23
5-7.1.3 Safety Indemnification............................................................................................................23
5-7.9 Temporary Manhole Shaft Covers..........................................................................................
23
5-7.10 Temporary Asphalt Concrete..................................................................................................24
5-7.11 Protection of the Public...........................................................................................................24
5-7.12 Notification of the Public........................................................................................................24
5-8 PUBLIC CONVENIENCE AND SAFETY — TRAFFIC CONTROL PLAN ................................
25
E-2
5-8.1 Access.....................................................................................................................................25
SECTION 6 - PROSECUTION AND PROGRESS OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK ...........................26
6-1.1.1 Terms and Definitions.............................................................................................................26
6-1.1.2 General....................................................................................................................................
27
6-1.1.3 Submittals...............................................................................................................................28
6-1.1.4 Time Impact Analysis (TIA)...................................................................................................
29
6-1.1.4.1 General....................................................................................................................................
29
6-1.1.4.2 Submittals...............................................................................................................................30
6-1.1.4.3 Types of Delays......................................................................................................................31
6-1.1.4.4 Acceptance..............................................................................................................................31
6-1.1.5 Payment...................................................................................................................................31
6-1.2 Commencement of the Work..................................................................................................
31
6-1.2.1 General....................................................................................................................................
31
6-1.2.2 Pre -Construction Meeting.......................................................................................................32
6-2 PROSECUTION OF THE WORK..................................................................................................33
6-2.1 General....................................................................................................................................33
6-2.2 Work by Others Due to Unsatisfactory Work Prosecution.....................................................
33
6-3 TIME OF COMPLETION..............................................................................................................34
6-3.1 General....................................................................................................................................34
6-4 DELAYS AND EXTENSIONS OF TIME.....................................................................................
34
6-4.1 General....................................................................................................................................34
6-5 USE OF IMPROVEMENT DURING CONSTRUCTION.............................................................34
6-9 LIQUIDATED DAMAGES............................................................................................................
34
6-10 CONSTRUCTION PROGRESS MEETINGS................................................................................34
SECTION 7 - PAYMENT
7-3 PAYMENT......................................................................................................................................35
7-3.1
General....................................................................................................................................35
7-3.2
Partial and Final Payment.......................................................................................................
35
7-3.3
Delivered Materials.................................................................................................................36
7-3.4
Mobilization............................................................................................................................36
7-3.5
Contract Unit Prices................................................................................................................
37
7-3.5.1
General....................................................................................................................................37
7-3.9
Allowance Items.....................................................................................................................37
7-4 PAYMENT FOR EXTRA WORK..................................................................................................37
7-4.2
Basis for Establishing Costs....................................................................................................37
7-4.2.1
Labor.......................................................................................................................................37
7-4.2.3
Tools and Equipment Rental...................................................................................................38
7-4.3
Markup....................................................................................................................................38
7-4.3.1
Work by the Contractor...........................................................................................................38
7-4.3.2
Work by a Subcontractor........................................................................................................38
7-4.3.3
General....................................................................................................................................39
7-4.3.4
Allowance Items.....................................................................................................................39
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
E-3
8-1 GENERAL......................................................................................................................................39
SECTION 9 - CONSTRUCTION CLAIMS
9-1 NOTICE OF POTENTIAL CLAIM................................................................................................39
9-2 CLAIMS..........................................................................................................................................40
PART 4 - EXISTING IMPROVEMENTS
SECTION 400 - PROTECTION AND RESTORATION
400-1 GENERAL......................................................................................................................................
41
SECTION 402 - UTILITIES
402-1 LOCATION.....................................................................................................................................42
402-1.1 General....................................................................................................................................
42
402-1.2 Payment...................................................................................................................................45
402-4 RELOCATION................................................................................................................................45
402-5 DELAYS DUE TO UTILITY CONFLICTS..................................................................................45
402-6 COOPERATION.............................................................................................................................45
E-4
PART 1- GENERAL PROVISIONS
SECTION 1 - GENERAL
1-2 TERMS AND DEFINITIONS (Page 1 of the SSPWQ
Add the following to the definition in the standard specifications:
Agency — The Agency is the City of Santa Clarita.
Replace the definition in the standard specifications with the following:
Board — The City Council of the City of Santa Clarita.
Engineer — The Director of Public Works of the City of Santa Clarita or his/her designee.
Add the following definitions:
Allowance — An amount established in the Bid by the Agency for the purpose of reimbursing the
Contractor for its actual expenses plus the specified markup for an item of work.
Balancing Change Order — A Change Order limited to the increase or decrease between the Bid quantity
and the actual quantity of each Contract Unit Price. Bid item constructed in conformance with the
Contract Documents.
Bid Guaranty— The cash, certified check or Bidder's surety bond accompanying the Bid as a guaranty that
the Bidder will enter into a Contract with the Board for the performance of the work.
City — The City of Santa Clarita.
Contract Time — The time, in Working Days, specified for completion of the work.
County — The County of Los Angeles.
Field Order — A change order issued by the Engineer which does not increase the Contract Price.
Notice of Completion — A notice filed by the Agency pursuant to Civil Code Section 8180.
Notice of Potential Claim — A written notice addressed to the Agency discussing and describing the
contractual basis for its request for additional compensation and/additional Contract Time, and the
amount of requested additional compensation and/or Contract Time.
Owner — Same as the definition for City.
Project — See Work.
Quality Assurance — Those standards, systems, processes, procedures, and activities exercised by the
Agency and the Engineer to ensure that the work is constructed by the Contractor in accordance with the
Contract Documents.
Quality Control — Those standards, systems, processes, procedures, and activities exercised by the
Contractor to ensure that the work is constructed in accordance with the Contract Documents.
E-5
1-3 ABBREVIATIONS
1-3.2 Common Usage (Page 5 of the SSPWC)
Add the following abbreviations:
Abbreviation Word or Words
CDMMP Construction and Demolition Materials Management Plan
LACFCD Los Angeles County Flood Control District
NTP Notice to Proceed
1-6 BIDDING AND SUBMISSION OF THE BID
1.6-1 General (Page 10 of the SSPWC)
Replace the entire paragraph with the following:
Bidding and submission of the Bid shall conform to the requirements specified in the Instructions to
Bidders and the Notice Inviting Bids.
1-6.2 Subcontractor Listing (Page 10 of the SSPWC)
Replace subheading a) with the following:
a) The name, the location of the place of business, the California contractor license number, and
public works contractor registration number issued pursuant to Section 1725.5 of the Labor
Code of each subcontractor who will perform work or labor or render service to the prime
contractor in or about the construction of the work or improvement, or a subcontractor licensed
by the State of California who, under subcontract to the prime contractor, specially fabricates
and installs a portion of the work or improvement according to detailed drawings contained in
the plans and specifications, in an amount in excess of one-half of 1 percent of the prime
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten
thousand dollars ($10,000), whichever is greater.
1-7 AWARD AND EXECUTION OF THE CONTRACT (Page 10 of the SSPWC)
1-7.1 General
Replace the entire paragraph with the following:
Award and execution of the Contract shall conform to the requirements and procedures specified in
the Instructions to Bidders and the following.
Within 10 Days after the date of the AGENCY's Notice of Award, the CONTRACTOR shall execute
and return the following to the AGENCY:
a) Capital Improvement Project Agreement
b) Faithful Performance Bond
c) Labor and Material Bond
d) Public Liability & Property Damage Insurance Certificate & Endorsements
e) Auto Liability Insurance Certificate
f) Worker's Compensation Insurance Certificate
E-6
g) W-9 Form
Failure to comply with the above will result in annulment of the award and forfeiture of the BID
GUARANTY.
A corporation to which an award is made may be required, before the Contract Agreement is executed
by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in
the State of California, and that the officers signing the Contract Agreement and bonds for the
corporation have the authority to do so.
The Contract Agreement shall not be considered binding upon the AGENCY until executed by the
CITY ATTORNEY.
1-7.2 Contract Bonds (Page 11 of the SSPWC)
Replace the third paragraph with the following:
The Bidder shall provide two good and sufficient surety bonds. The "Payment Bond" (Labor and
Material Bond) shall not be less than 100 percent of the Contract Price, to satisfy claims of material
suppliers and mechanics and labors employed by it on the Work. The Payment Bond shall be
maintained by the CONTRACTOR in full force and effect until 35 Days after the date of recordation
of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater.
SECTION 2 - SCOPE OF THE WORK
2-1 WORK TO BE DONE (Page 11 of the SSPWC)
Add the following:
The estimated quantities of work and materials to be performed, constructed or furnished by the
Contractor under this Contract are as shown on the Bid Schedule.
The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as
required by the plans, specifications, and contract documents. The Contractor shall provide safe and
adequate pedestrian and vehicular movement at and around affected resident and/or businesses and
construction sites shall be maintained at all times. Agency approved barriers and signs (traffic flagging
personnel, if necessary), shall be furnished and utilized by the CONTRACTOR to ensure public and
students' safety at all times.
2-2 PERMITS (Page 11 of the SSPWC)
Delete section and replace with the following:
Prior to the start of work, the Contractor shall take out all applicable Agency permits and make
arrangements for Agency inspections. Agency permits will be issued at no charge to the Contractor. The
Contractor and all Subcontractors shall be licensed in accordance with State Business and Professions
Code. The Contractor shall also obtain, at the Contractor 's cost, any and all other permits, licenses,
inspections, certificates or authorizations required by any governing body or entity. The Contractor shall
pay all business taxes or license fees that are required for the Work.
E-7
2-3 RIGHT-OF-WAY (Page 11 of the SSPWC)
Delete the last sentence and add the following:
The Contractor shall conduct all of its activities and operations within the rights of way provided by the
Agency or within the confines of public thoroughfares. The Contractor shall not allow its employees to
use private property for any reason or to use water or electricity from such property without written
permission from the owner.
If, for any reason, the Contractor elects to encroach upon other lands, it shall first obtain written
permission from the owner and provide evidence of such permission in writing to the Engineer prior to
entering upon such lands. In performing any work or doing any activity on lands outside of public rights
of way, the Contractor shall comply with all applicable Federal, State and local laws, ordinances, and
regulations.
The Contractor shall indemnify and hold the Agency harmless from all claims or suits for damages
occasioned by such work or activity, whether done in compliance with this subsection and with
permission from the owner or in violation of this subsection without permission from the owner.
2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES (Page 12 of the SSPWC)
2-5.1 General
Add the following:
The CONTRACTOR and its Subcontractors and suppliers shall not start, operate, move, or idle their
equipment prior to the time specified for starting work each Working Day unless otherwise approved
by the Engineer.
2-7 CHANGES INITIATED BY THE AGENCY (Page 12 of the SSPWC)
2-7.1 General
Add the following after the first paragraph:
The Engineer may at any time, as the need arises, order changes within the scope of the Work without
invalidating the Agreement. If such changes increase or decrease the Contract Price, or the Contract
Time, an equitable adjustment will be authorized by issuance of a Change Order. The
CONTRACTOR shall not execute such changes pending the receipt of an executed Change Order or
further instructions from the Engineer.
Each Change Order shall not be considered approved until executed by the AGENCY.
The Engineer may, at any time, request changes to the Plans, Specifications, quantities of Contract
Unit Price Bid items, and other details of the Work by issuance of a Field Order. The CONTRACTOR
shall proceed with the performance of any changes in the Work so ordered by the Engineer unless
the CONTRACTOR believes that such Field Order entitles it to a change in the Contract Time.
Thereafter the CONTRACTOR shall submit the basis for a change in the Contract Time within 5
Days.
The Engineer has authority to order changes in the Work, which do not result in a change in the
Contract Price or the Contract Time and are not inconsistent with the Contract Documents. The
Contractor agrees that such changes are within the scope of the Work and do not constitute the basis
for an adjustment of either the Contract Price or the Contract Time.
Add the following subsection(s):
2-7.2 Balancing Change Order
Throughout the duration of the Contract, the Contractor shall perform field measurements and
associated calculations documenting the quantity of each Contract Unit Price Bid item. The
Contractor shall submit the documentation to the Engineer each month prior to the date for request
of the progress payment. The Engineer will independently measure and calculate the aforementioned
quantities. In the case of a difference in the quantities, the quantity calculated by the Engineer shall
prevail.
Upon completion of the Work per 3-13.1, the Contractor and the Engineer shall meet to discuss the
final quantities of each Contract Unit Price Bid item. If the quantity of each item cannot be agreed
upon, the quantity determined by the Engineer shall prevail.
After determination of the final quantities, the Agency will issue a Balancing Change Order for the
difference between the Bid quantity and final quantity of each Contract Unit Price Bid item
constructed in accordance with the Contract Documents and the associated adjustment in the Contract
Price per 7-3.5.
2-7.3 Surety Notification
The Contractor shall notify its sureties of any Change Orders affecting the scope of the Work or
change in the Contract Price, or Contract Time, or a combination thereof. The amount of the
applicable Bonds and insurance coverage shall be adjusted accordingly. The CONTRACTOR shall
furnish proof of such adjustments to the Engineer.
SECTION 3 - CONTROL OF THE WORK
3-2 SELF -PERFORMANCE (Page 14 of the SSPWC)
Replace the second sentence with the following:
The Contractor shall perform, with its own organization, Contract work amounting 11111110111100
alpercent of the Contract Price. Where an entire Bid item is subcontracted, the value of work
subcontracted will be based on the Contract Unit Price. When a portion of a Bid item is subcontracted,
the value of work subcontracted will be based on the estimated percentage of the Contact Unit Price. This
will be determined from information submitted by the Contractor, and subject to approval by the
Engineer.
3-4 AUTHORITY OF THE BOARD AND THE ENGINEER (Page 14 of the SSPWC)
Add the following:
A Liquidated Damage of $1,000 per item per day will be enforced for not meeting any
deadlines/requirements set forth in the specifications and/or plans unless a separate Liquidated Damage
will be accounted for.
E-9
If the Contractor does not provide corrections within 2 hours of notice, the City reserves the right to make
the correction and back charge the Contractor as needed.
3-5 INSPECTION (Page 14 of the SSPWC)
Replace the second sentence with the following:
The Contractor shall notify the Engineer 48 working hours in advance of the start of the Work and the
start of each phase, item of work, or specialized items which require inspection.
Add the following:
No concrete or asphalt pavement shall be placed prior to Agency inspection of the work area and sub -
grade conditions.
3-6 THE CONTRACTOR'S REPRESENTATIVE (Page 14 of the SSPWC)
Add the following:
The Contractor's representative shall be accessible by cellular phone at all times.
The failure of the designated representative(s) to faithfully prosecute the Work, including, but not limited
to, failure to adhere to the Contractor's construction schedule shall be deemed grounds for removal from
the Work per 5-3.1.
3-7 CONTRACT DOCUMENTS (Page 15 of the SSPWC)
3-7.1 General
Replace the last paragraph with the following:
The Contractor shall examine and compare the Contract Documents with each other and with the
other information made available to the CONTRACTOR by the AGENCY and shall immediately
notify the ENGINEER of any errors, inconsistencies, or omissions discovered. If the
CONTRACTOR performs any construction activity knowing it involves a recognized error,
inconsistency, or omission in the Contract Documents without notice to the ENGINEER, the
CONTRACTOR shall assume responsibility for such performance and for the full costs for
correction.
The CONTRACTOR shall perform field measurements, verify field conditions, and shall carefully
compare such field measurements and conditions and other information known to the
CONTRACTOR with the Contract Documents before commencing activities. Errors,
inconsistencies, or omissions discovered shall be reported to the ENGINEER immediately.
While it is believed that much of the project will be shown on the plans or indicated in the
specifications, this does not warrant the completeness or accuracy of such information. The
CONTRACTOR shall ascertain the existence of any conditions affecting the cost of the project,
which would have been disclosed by a reasonable examination of the site.
Add the following:
The Standard Specifications for Public Works Construction and the Standard Plans for Public Works
Construction are both promulgated by Public Works Standards, Inc. These publications are available
E-10
for purchase from BNi Building News, Inc., 1612 South Clementine Street, Anaheim, California
92802, (800) 873-6397, w w w bl]ib..00k,.,s,..c,o,1rY, These publications are copyrighted and the Agency
will not provide copies.
Standard Plans of the Los Angeles County Department of Public Works are available for purchase in
the Agency's Cashier's Office located at 900 South Fremont Avenue, Alhambra, California 91803-
1331, (626) 458-6959, or for downloading on the internet,
I\j �/�;tari���tr��,PIari jxj .
3-8 SUBMITTALS (Page 15 of the SSPWQ
3-8.1 General
Replace the second paragraph with the following:
The Contractor shall allow a minimum of 20 Working Days for each review, unless otherwise
approved by the Engineer. Review periods are not cumulative. The aforementioned time frames begin
anew upon each submission whether the initial submission or a resubmission after a prior review by
the Agency. Each set of submittals shall be accompanied by a letter of transmittal describing exactly
what is being transmitted.
Add the following:
Submittals shall be submitted to:
City of Santa Clarita
23920 Valencia Blvd. Suite 300
Santa Clarita, CA 91355
Phone: (661) 294-2563
Attention: Scott Hamilton
Email: shamilton@santa-clarita.com
All submittals shall be submitted and approved prior to issuance of the Part 2 NTP unless otherwise
specified herein or approved by the Engineer.
No work shall begin on the respective items of work which require a submittal until the submittals
for those items of work have been approved in writing by the Agency.
Add the following subsection(s):
3-8.9 Pre -Construction Submittals
The Contractor shall submit the following within 10 Days of the date of issuance of the Part 1 NTP
per 6-1.2:
a) Permits to be obtained by the Contractor per 2-2.
b) List of all Subcontractors per 3-3.
c) Submittal Schedule per 3-8.10.
d) BMP Plan per 3-12.6.2.
e) Construction Demolition and Materials Management Plan per 3-14.
f) Baseline Construction Schedule per 6-1.1.
g) Subsurface installation location data to the Engineer per 402-1.1
E-11
3-8.10 Submittals Schedule
The Contractor shall prepare a schedule listing the submittals it has identified as being required and
the date upon which each submittal will be made. Each submittal shall be identified on the baseline
construction schedule and each update as an individual activity. The Agency review time frame
specified in 3-8.1 shall be reflected on the submittal schedule and shown as an individual activity.
3-10 SURVEYING (Page 18 of the SSPWC)
3-10.1 General
Add the following:
The CONTRACTOR is required to work with the Agency's designated surveyor in replacing any
disturbed or destroyed survey monuments or control points. Control monument locations will be
verified before work is done and replaced after work is completed by an independent surveyor as
direceted by the ENGINEER. The CONTRACTOR will not be allowed any adjustment in contract
time for verification, replacement, or coordination of survey control points.
3-12 WORK SITE MAINTENANCE (Page 18 of the SSPWC)
3-12.2 Air Pollution Control
Add the following:
Dust generated from the CONTRACTOR's work area, or wind are all included in the definition of
"dust" and shall be controlled. All activities shall be in compliance with the South Coast Air Quality
Management District's (SCAQMD) Rule 403 Fugitive Dust requirements:
i�����;,//rwrwrv;.,�tcgx�Y��.e.�;�v/��ul;���/���.�;/��-Y;�➢4/��9�D.�.
High wind condition is defined as instantaneous wind speeds exceeding 25 miles per hour (SCAQMD
Rule 403, (c), (19), High Wind Conditions).
Inactive Disturbed Surface Area means any disturbed surface area upon which active operation have
not occurred or are not expected to occur for a period of 20 consecutive days. (SCAQMD Rule 403,
(c), (20), Inactive Disturbed Surface Area).
Stabilized Surface means any previously disturbed surface area or open storage pile which, through
the application of dust suppressants, shows visual or other evidence of surface crusting and is resistant
to wind -driven fugitive dust and is demonstrated to be stabilized. Stabilization can be demonstrated
by one or more of the applicable test methods contained in the Rule 403 Implementation Handbook.
(SCAQMD Rule 403, (c), (31), Stabilized Surface).
Equipment shall be removed from the Work site as soon as it is no longer necessary. Within 24 hours
of a request from the ENGINEER, the CONTRACTOR must remove equipment from the Work site
that is no longer needed. Refusal by the CONTRACTOR to remove the equipment may be cause for
withholding progress payments.
No separate or additional payment will be made for air pollution control. Payment shall be considered
as included in the Contract Unit Prices or lump sum prices for the various Bid items.
E-12
3-12.3 Noise Control
Add the following:
A noise level limit of 86 DBA at a distance of 50 feet shall apply to all construction equipment on or
adjacent to the Work site or otherwise related to the Work whether owned by the CONTRACTOR or
not.
3-12.6 Water Pollution Control (Page 20 of the SSPWC)
3-12.6.2 Best Management Practice (BMP's)
Replace the entire subsection(s) with the following:
3-12.6.2.1 General
The area of the Work is less than 1 acre and is not part of a larger plan of development,
therefore it is not subject to the permitting requirements of the State's General Permit for
Storm Water Discharges Associated with Construction and Land Disturbance Activities
(Order No. 2010-0014-DWQ, NPDES No. CAS000002). However, the Waste Discharge
Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the
Coastal Watersheds of Los Angeles County, except those discharges originating from the
City of Long Beach MS4 (Order No. R4-2012-0175, NPDES No. CAS004001) apply and
are included herein.
Disturbance of areas outside the limits of the Work are not permitted and not included in the
BMP consideration The Contractor shall be solely responsible for any arrangements made
with a property owner for disturbances outside the limits of the Work.
The CONTRACTOR shall be responsible for the costs and liabilities imposed by law as a
result of the CONTRACTOR's failure to comply with the requirements specified including,
but not limited to, compliance with the applicable provisions of the CASQA Construction
BMP Factsheets, and Federal, State, and local regulations. Costs and liabilities include, but
are not limited to, fines, penalties, and damages whether assessed against the City of Santa
Clarita or the CONTRACTOR, including those levied under the Federal Clean Water Act
and the State Porter Cologne Water Quality Act.
In addition to the remedies authorized by law, an amount of the money due the
CONTRACTOR under the Contract, as determined by the Agency, may be retained by the
Agency until disposition has been made of the costs and liabilities.
The retention of money due the CONTRACTOR shall be subject to the following:
1) The AGENCY will give the CONTRACTOR 30 Days' notice of its intention to retain
funds from partial payments, which may become due to the CONTRACTOR prior to
acceptance of the Contract. Retention of funds from payments made after acceptance
of the Contract may be made without prior notice to the CONTRACTOR.
2) No retention of additional amounts out of partial payments will be made if the amount
to be retained does not exceed the amount being withheld from partial payments
pursuant to 7-3.2.
E-13
3-12.6.2.2 BMP Plan Preparation and Submittal
The Contractor shall prepare and submit for approval a BMP Plan per 3-8.10 and 6-1.2.
The BMP Plan shall identify pollution sources that may adversely affect the quality of storm
water discharges associated with the Work and shall identify water pollution control
measures, hereafter referred to as BMPs, to be constructed, implemented, and maintained in
order to reduce to the extent feasible (best available technology and best conventional
technology) pollutants in storm water discharges from the Work site during construction
performed under this Contract.
BMPs shall not contain plastic in any part of their construction when alternative materials
are available.
The BMP Plan shall incorporate BMPs in the following categories (where applicable to the
Project):
a) Soil stabilization;
b) Sediment control;
c) Tracking control;
d) Wind erosion control;
e) Non -storm water control;
f) Waste management and material pollution control; and
g) Final stabilization.
Specific objectives, implementation details, inspection criteria and minimum requirements
for each category of BMP are contained in the CASQA Construction BMP Factsheets.
CASQA BMP Fact Sheets are available at:
• i�lll, ://W wrw ast
• l�((is /h��F chi<:q,: rc .'Ov.coiii/ v/r wsw/wva (;F islroF cis/do. iu rg; n(s/bi.iA...r/cons;(;n.1 (i�rr�a
The CONTRACTOR shall consider the minimum requirements listed for any category, the
CONTRACTOR shall incorporate into the BMP Plan and implement on the Pro] ect, the listed
minimum BMPs required below in order to meet the pollution control objectives for the
category. In addition, the CONTRACTOR shall consider other BMPs presented in the
CASQA Construction BMP Factsheets and shall incorporate into the BMP Plan and
implement on the Project the control measures necessary to meet the objectives. The
CONTRACTOR shall document the selection process in conformance with the procedure
specified in the CASQA Construction BMP Factsheets.
The BMP Plan shall include, but not be limited to, the following BMPs required by the Los
Angeles County MS4 Permit, R4-2012-0175 (Table 12), as they apply to the Project:
Erosion Control
Scheduling — EC 1
Preservation of Existing Vegetation — EC 2
E-14
Sediment Control
Silt Fence — SE 1
Sand Bag Barrier — SE 8
Stabilize Construction Site Entrance/Exit — TC 1
Non -Storm Water Management
Water Conservation Practices — NS 1
Dewatering Operations — NS 2
Waste Management
Material Delivery and Storage — WM 1
Stockpile Management — WM 3
Spill Prevention and Control — WM 4
Solid Waste Management — WM 5
Concrete Waste Management — WM 8
Sanitary/Septic Waste Management — WM 9
The CONTRACTOR shall update the BMP Plan whenever there is a change in construction
activities or operations which may affect the discharge of pollutants to surface waters, ground
waters, municipal storm drain systems or when deemed necessary by the ENGINEER. The
BMP Plan shall be updated if the Plan has not achieved the objective of reducing pollutants
in storm water discharges. Updates shall show additional BMPs or revised operations,
including those in areas not shown in the initially approved BMP Plan, which are required to
control water pollution effectively. Updates to the BMP Plan shall be submitted for review
and approval by the ENGINEER. Updates shall be dated and attached to the on -site BMP
Plan.
The CONTRACTOR shall keep a copy of the BMP Plan, together with updates, revisions
and amendments at the Project site or with the Contractor's Representative.
3-12.6.2.3 Implementation of the BMP Plan
No work having the potential to cause water pollution or disturb the earth, as determined by
the Engineer, shall be performed until the Contractor has implemented the approved BMP
Plan and received the approval of the Engineer to proceed.
Upon approval of the BMP Plan, the CONTRACTOR shall be responsible throughout the
duration of the Project for installing, constructing, inspecting, and maintaining the BMPs
described in the BMP Plan and any amendments thereto and for removing and disposing of
temporary BMPs when they are no longer needed or have been replaced. Unless otherwise
approved by the ENGINEER, the CONTRACTOR's responsibility for BMP Plan
implementation shall continue throughout any temporary suspension of the Work ordered
accordance with 6-6.
Installation, construction, inspection, maintenance, removal, and disposal of BMPs shall
conform to the requirements in the CASQA Construction BMP Fact Sheets and these Special
Provisions.
E-15
Soil stabilization practices and sediment control measures, are applicable throughout the
entire year.
The CONTRACTOR shall demonstrate the ability and preparedness to fully deploy soil
stabilization practices and sediment control measures to protect soil -disturbed areas on the
Project site before the onset of precipitation (NOAA forecast of> 50 percent). A quantity of
soil stabilization and sediment control materials shall be maintained on site equal to 100
percent of that sufficient to protect unprotected, soil -disturbed areas on the Project site. BMPs
required to protect unprotected, soil -disturbed areas on the Project site shall be installed
and/or implemented no later than 24-hours prior a forecast storm event.
Disturbed -soil areas on the Project site shall be considered to be non -active when those areas
have been disturbed and are not scheduled to be re -disturbed for at least 7 Days. Effective
soil cover shall be provided during this condition which includes; finished slopes, open space,
utility backfill and completed lots or building pads.
Active disturbed -soil areas of the Project site shall be fully stabilized and receive sediment
control. The weather forecast shall be monitored by the CONTRACTOR on a daily basis.
The National Weather Service forecast shall be used.
The CONTRACTOR shall implement throughout the duration of the Project, BMPs included
in the BMP Plan for tracking control, wind erosion control, non -storm water control, and
waste management and material pollution control.
In accordance with 6-6, the Engineer may order the suspension of the Work in whole or in
part if water pollution is being created or if the Contractor fails to implement the approved
BMP Plan and/or conform to the requirements in these Special Provisions.
3-12.6.2.4 Maintenance
The CONTRACTOR shall regularly inspect and maintain the Work site for the BMPs
identified in the BMP Plan. The CONTRACTOR shall identify corrective actions and the
time needed to address any deficient measures or reinitiate any BMPs that have been
discontinued. All repair and correction shall begin within 72 hours of notice or before the
next storm forecasted with a 50 percent or greater probability of precipitation, whichever is
sooner.
Inspections of the Work site shall be conducted by the CONTRACTOR to evaluate BMPs,
as follows:
a) Within 48-hours of a NOAA forecasted storm event with a probability of precipitation
of 50 percent or more.
b) Weekly.
c) Every 24-hours during an on -going storm.
Disturbed soil areas within the Project shall be protected in conformance with the
requirements in the BMP Plan with an effective combination of soil stabilization and
sediment control. Attention shall be focused on prevention of pollution rather on its removal
from runoff, as such, soil stabilization BMPs are of the highest priority.
E-16
If the CONTRACTOR or the ENGINEER identifies a deficiency in the deployment or
functioning of an identified BMP, the deficiency shall be corrected immediately. The
deficiency may be corrected at a later date and time if requested by the CONTRACTOR and
approved by the ENGINEER in writing, but not later than 72 hours after notice or before the
next storm forecasted with a probability of precipitation of 50 percent or greater whichever
is sooner.
Immediately prior to completion of the Work, all disturbed -soil areas, including the
construction staging area shall be stabilized with materials approved by the ENGINEER. No
stabilization materials may contain plastic. This provision does not apply to the bed, bank,
and channel of any streambed or natural drainage. The Work will not be considered as
completed in accordance with 3-13.1 until stabilization is performed and approved by the
Engineer.
3-12.6.2.5 Payment
Payment for BMPs will be made as follows:
Payment for Implementation of the BMP Plan
Payment for implementation of the BMP Plan, conformance to with the requirements in the
Special Provisions, and conformance with all other requirements will be made at the lump
sum Bid price for "IMPLEMENTATION OF STORM WATER BEST MANAGEMENT
PARACTICES (BMPs)".
No separate or additional payment will be made for the correction of deficiencies.
Retention and Withholding for Non -Conformance
The AGENCY may retain an amount equal to 25 percent of the estimated value of the
Contract work performed during the progress estimate periods in which the CONTRACTOR
fails to conform to the specified requirements.
The AGENCY will withhold $500 per BMP deficient item from the monthly progress
payment if not corrected within 3 Working Days from the issuance date of the deficient item
by the Engineer. The Engineer will inspect the Work site on a weekly basis and a deficient
item list will be issued if correction is needed. Once the deficient item is corrected and
approved by the Engineer, the withheld money will be released back to the Contractor.
Retentions for failure to conform to the specified requirements shall be in addition to the
other retentions provided for in the Contract. The amounts retained for failure of the
CONTRACTOR to conform to the provisions in this subsection will be released for payment
on the next monthly progress estimate following the date that a BMP Plan has been
implemented and maintained and water pollution is adequately controlled, as determined by
the ENGINEER.
Add the following subsections:
3-14 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT
The CONTRACTOR shall comply with the City's Construction and Demolition Material Management
Ordinance, City of Santa Clarita Municipal Code Section 15.46, parts 1-3 and 5. This ordinance requires
E-17
that at least 65 percent of all construction and demolition materials and inert wastes from construction,
demolition, grading projects be diverted from landfills.
The CONTRACTOR shall submit a Construction and Demolition Materials Management Plan
(CDMMP) for approval in accordance with 3-8.9. The Part 2 Notice to Proceed will not be issued until
the plan has been approved.
The CDMMP shall provide all of the information set forth in Section 15.46.300 of the City's Municipal
Code. The CDMMP must show that the diversion requirement will be met.
The following 3 conditions must be met in order to obtain final payment:
1) Within 10 Days or prior to the Agency filing the Notice of Completion, after the completion of the
Work per 3-13.1, the CONTRACTOR shall submit documentation that the diversion requirement
for the Project has been met.
a) Receipts and gate tickets from the vendor or facility which collected or received construction
and demolition material showing the actual weight of that material or, in the case of inert waste,
removed from the solid waste stream and not disposed of in a solid waste landfill:
b) A copy of the previously approved CDMMP for the Pro] ect adding the actual volume or weight
of each type of construction and demolition material diverted and transported for disposal in a
landfill or transformation facility, or, in the case of inert waste, removed from the solid waste
stream and not disposed of in a solid waste landfill;
c) Any additional information the CONTRACTOR believes is relevant to determining its efforts
to comply in good faith with this requirement.
2) The Agency will review the information submitted and determine whether the CONTRACTOR
complied with the approved CDMMP.
3) If the Agency determines that the CONTRACTOR has fully complied with the CDMMP Agency
will authorize final payment.
3-15 NONCOMPLIANCE WITH THE PLANS AND SPECIFICATIONS
Failure of the Contractor to comply with any requirement of the Plans and Specifications, and to
immediately remedy any such noncompliance upon notice from the Engineer, may result in suspension
of Contract progress payments on all items of work. Any progress payments so suspended shall remain
in suspension until the Contractor's operations are brought into compliance to the satisfaction of the
Engineer. Upon determination by the Engineer that the Contractor is in compliance, progress payments
will resume for those items of work which have been constructed in conformance with the Plans and the
Specifications. No additional compensation shall be due the Contractor as a result of the suspension of
progress payments due to noncompliance with the Plans and Specifications.
3-16 CONTRACT CLOSE-OUT
3-16.1 Submittals and Activities
Prior to final payment being made, the Contractor shall complete the following list of submittals and
activities:
E-18
a) Submission of a completed list of deficiencies ("punch list") approved by the Engineer.
b) As -Built Plans.
c) All Labor Compliance Forms and approved CPR's.
d) Final CDMMP and weight delivery tickets.
e) Operations and Maintenance Manuals.
f) Warranties.
g) Completion of required training.
h) Removal of all construction area signs.
3-16.1.1.1 As -Built Plans
Prior to the start of the Work, the CONTRACTOR shall identify and maintain for the
ENGINEER a complete set of As -Built Plans and Specifications on the Project site at all
times. All final locations determined in the field, and any deviations from the Plans and
Specifications, shall be marked in red to show the as -built conditions. The CONTRACTOR
shall update this set daily, showing every change from the originals, including exact as -built
locations, sizes and types of underground piping, valves, equipment, and all other work not
visible at surface grade.
The As -Built Plans shall graphically show all as -built conditions, locations, configurations,
and other details which vary from the details shown on the originals including all revisions
made necessary by Addenda, Change Orders, and to meet field conditions.
In the case of details shown on the Plans which are superseded by approved Working
Drawings or Shop Drawings, the As -Built Plans shall be updated by noting or graphically
showing how those details are superseded.
Prior to submitting each monthly progress payment request, the CONTRACTOR shall
request the ENGINEER'S approval of the current As -Built Plans. The ENGINEER'S
approval will be a prerequisite to approval of requests for each progress and final payment.
The AGENCY will withhold $1,000 for each month that the As -Built Plans are deemed
deficient by the ENGINEER.
The CONTRACTOR shall deliver the As -Built Plans to the ENGINEER within 10 Days of
completion of the Work.
No separate or additional payment will be made for the preparation and maintenance of As -
Built Plans and Specifications. Payment shall be considered as included in the Contract Unit
Price for the various Bid items.
E-19
SECTION 4 - CONTROL OF MATERIALS
4-6 TRADE NAMES (Page 23 of the SSPWC)
Replace the entire subsection with the following:
Pursuant to the Public Contract Code, Section 3400, the Contractor may supply any of the products or
materials specified or offer an equivalent.
A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may
submit any material or product it considers to be an equivalent to that specified.
Submission of proposed equivalent materials and products shall be made in conformance with the
requirements in the Instructions to Bidders.
The Contractor shall have the material tested as required by the Engineer to determine if the quality,
strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions,
service, and suitability are such that the proposed "equal' will fulfill the intended function. Test methods
shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer,
who will evaluate the results.
If the proposed equivalent product or material is determined by the Agency to not be equivalent to the
specified product or material, the Contractor shall furnish and install the specified product or material.
Agency -approved equivalent products or materials shall not be installed nor put into usage without the
prior approval of the Engineer.
The Contract Time of Completion specified in 6-3 shall not be affected by any circumstance arising from
the provisions of this subsection.
SECTION 5 - LEGAL RELATIONS AND RESPONSIBILITIES
5-3 LABOR (Page 24 of the SSPWC)
5-3.1 General
Add the following:
This Project is subject to compliance monitoring and enforcement by the State of California
Department of Industrial Relations.
5-3.2 Prevailing Wages (Page 25 of the SSPWC)
Add the following after the second sentence:
The Agency will furnish copies of said wage rates for the Contractor's use.
Add the following:
The General Prevailing Wage Rate Determinations are available at
ca,.g, v/l � ,; , / ; /l �/ir��;�;e x tion. Copies of the General Prevailing Wage Determinations are
on file at the City of Santa Clarita City Hall, 23920 Valencia Blvd. Suite 300, Santa Clarita, CA
91355. Copies will be made available to any interested party upon request. Future effective wage
E-20
rates will be on file with the Department of Industrial Relations, and are referenced but not printed in
said publication. The new wage rates shall become effective on the day following the expiration date
of the current determinations and apply to the Contract in the same manner as if they had been
included or referenced in the Contract.
Add the following subsection:
5-3.6 Work Records
Pursuant to Section 1812 of the California Labor Code, the Contractor shall maintain an accurate
written record of all employees working on the Project each calendar day. The record shall include
each employee's name, Social Security number, job classification and the actual number of hours
worked. The Contractor shall submit a signed copy of this record to the Engineer at the end of each
week.
5-4 INSURANCE (Page 25 of the SSPWC)
5-4.1 General
Add the following as the second sentence of the first paragraph:
Such insurance shall be primary to and not contributing with any other insurance or self-insurance
programs maintained by the Agency.
Add the following to the third paragraph:
The Contractor shall provide renewal certificates to the Agency not less than 10 Days prior to the
Contractor's policy expiration date(s). The Agency reserves the right to obtain complete, certified
copies of any required Contractor and/or Subcontractor policies at any time. All liability insurance
policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the
event of an expiration or proposed cancellation of such policies for any reason whatsoever, the
AGENCY shall be notified by registered or certified mail, return receipt requested, giving a sufficient
time before the date thereof to comply with any applicable law or statute, but in no event less than 30
Days before expiration or cancellation is effective.
5-4.2 General Liability Insurance (Page 26 of the SSPWC)
Add the following as the second sentence of the first paragraph:
The policy shall also insure each owner of property upon which the Work is to be performed or which
the Contractor acquires for its use.
Add the following after the second paragraph:
A combined single -limit policy with aggregate limits in the amount of $4,000,000 will be considered
equivalent to the required minimum limits.
A Certificate of Insurance evidencing the above policy shall be submitted to the AGENCY
concurrently with the filing of the Faithful Performance Bond and Payment (Labor and Material)
Bond and shall be subject to the approval of the CITY ATTORNEY.
The Contractor shall include all Subcontractors as insureds under the Contractor's own policies, or
shall provide the Agency with each Subcontractor's separate evidence of insurance coverage. The
Contractor shall be responsible for verifying each Subcontractor complies with the insurance
E-21
requirements specified in the Specifications and the Agreement and shall require that each
Subcontractor name the Agency and each additional insured, and the Contractor as additional
insureds on the Subcontractors general liability policy. The Contractor shall obtain the Agency's prior
review and approval of any Subcontractor request for modification of the insurance requirements.
5-4.3 Workers' Compensation Insurance
Add the following:
Should evidence of the renewal or replacement of the policy not be filed with the Agency prior to the
expiration or cancellation date, the Agency will stop all work on the Pro] ect and no further work shall
be performed until new insurance coverage has been obtained by the Contractor. Such stop order
shall not be a cause for a time extension to the Contract Time.
Such policy shall be endorsed to waive subrogation against the Agency for injury to the Contractor's
employees. If the Contractor's employees will be engaged in maritime employment, the coverage
shall provide the benefits required by the U.S. Longshore and Harbor Workers Compensation Act,
Jones Act or any other Federal law to which the Contractor is subject. If the Contractor will provide
leased employees, coverage shall also include an Alternate Employer Endorsement (providing scope
of coverage equivalent to ISO policy form WC 00 03 01 A) naming the Agency as the Alternate
Employer and the endorsement form shall be modified to provide that the Agency will receive not
less than 30 Days advance written notice of cancellation of this coverage provision.
In all cases, the above insurance shall include employer's liability coverage with limits not less than:
Each Accident: $1,000,000
5-4.4 Automobile Liability Insurance
Replace the entire paragraph with the following:
The Contractor shall provide evidence of and maintain automobile liability insurance. Such insurance
shall be written on ISO policy form CA 00 01 or its equivalent with a limit of liability of not less than
$1,000,000 for bodily injury and property damage, in combined or equivalent split limits, for each
single accident. Such insurance shall cover liability arising out of the Contractor's use of autos in
performing the Work, including owned, leased, hired, and/or non -owned autos, as each may be
applicable.
5-7 SAFETY (Page 27 of the SSPWC)
5-7.1 Work Site Safety
5-7.1.1 General
Add the following:
The Contractor shall be solely responsible for ensuring that all work performed under the
Contract is performed in strict compliance with all applicable Federal, State and local
occupational safety regulations. The Contractor shall provide at its expense all safeguards, safety
devices and protective equipment, and shall take any and all actions appropriate to providing a
safe Project site. Contractor agrees that, in accordance with generally accepted construction
practices, Contractor shall be required to assume sole and complete responsibility for job site
conditions during the course of construction of this project, including safety of all persons and
E-22
property, that this requirement shall be made to apply continuously and not be limited to normal
working hours, and Contractor further agrees to defend, indemnify, and hold design and
construction observation professionals harmless from all liability and claims, real or alleged, in
connection with the performance of work on this project.
Hard hats and high visibility clothing shall be worn at all times when working on the project. It
is the Contractor's responsibility to ensure that this requirement is enforced.
All work shall be performed in accordance with applicable Health and Safety laws and standards
including all requirements of the State of California Division of Industrial Safety.
5-7.1.2 Work Site Safety Official
Add the following:
Failure by the Contractor to provide the required Project Safety Official shall be grounds for the
Agency to direct the cessation of all work activities and operations at no cost to the Agency until
such time as the Contractor is in compliance.
Add the following subsection(s):
5-7.1.3 Safety Indemnification
Contractor acknowledges responsibility for jobsite safety and acknowledges that the Engineer
will not have any such responsibility. To the extent allowed by law, the Contractor agrees to
defend, indemnify and hold harmless the Agency and its officers, employees and agents,
Pavement Engineering, Inc., their present companies, subsidiaries, agents, and employees from
and against any and all investigations, complaints, citations, liability, expense (including defense
costs and legal fees), claims and/or causes of action for damages of any nature whatsoever,
including but not limited to injury or death to employees of the Contractor, its subcontractors or
Agency, attributable to any alleged act or omission of the Contractor or its subcontractors which
is in violation of any Cal/OSHA regulation. The obligation to defend, indemnify and hold
harmless includes all investigations and proceedings associated with purported violations of
Section 336.10 of Title 8 of the California Code of Regulations pertaining to multi -employer
work sites. The Agency may deduct from any payment otherwise due the Contractor any costs
incurred or anticipated to be incurred by the Agency, including legal fees and staff costs,
associated with any investigation or enforcement proceeding brought by Cal/OSHA arising out
of the Project.
Add the following subsection(s):
5-7.9 Temporary Manhole Shaft Covers
The Contractor shall protect the public at all times from accidental entry into manhole or manhole
shaft openings. Any such opening shall be covered with an entry proof cover approved by the
Engineer.
Payment for temporary manhole shaft covers shall be considered as included in the Contract Unit
Price for the Bid items for or affecting manholes.
E-23
5-7.10 Temporary Asphalt Concrete
Temporary asphalt concrete shall conform to 306-13.1.
Temporary asphalt concrete pavement shall be placed wherever curb ramps and sidewalk have been
removed to provide continuous pedestrian access and at locations directed by the Engineer. Placement
shall be such that, after compaction, the surface is flush with the edge of the adjoining existing
surface.
Temporary asphalt concrete pavement shall be maintained after placement. Loose or raveled material
shall be swept and removed from the Work site. Depressions shall be filled or reconstructed as
necessary to restore the surface and provide a flush join to the existing adjacent surface.
The provisions of 306-14.7 and 306-15.9 shall not apply. No separate or additional payment will be
made for temporary asphalt concrete. Payment shall considered as included in the Contract Unit Price
for the removal of the existing improvement which requires temporary asphalt concrete.
5-7.11 Protection of the Public
It is part of the service required of the CONTRACTOR shall make whatever provisions are necessary
to protect the public. The CONTRACTOR shall use foresight and shall take such steps and
precautions as his operations warrant to protect the public from danger, loss of life, or loss of property
which would result from interruption or contamination of public water supply, interruption of other
public service, or from the failure of partly completed work or partially removed facilities. Unusual
conditions may arise on the work which will require that immediate and unusual provisions be made
to protect the public from danger or loss, or damage to life and property, due directly or indirectly to
prosecution of work under this contract.
Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR
has not taken sufficient precaution for the public safety, protection of utilities and protection of
adjacent structures or property, which may be damaged by the CONTRACTOR's operations and
when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to
protect the public or property due to the CONTRACTOR's operations under this contract, the
ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the
CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may
provide suitable protection to said interests by causing such work to be done and material to be
furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary.
The cost and expense of said labor and material, together with the cost and expense of such repairs
as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the
AGENCY for emergency repairs will be deducted from the final payment due to the CONTRACTOR.
However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved
of the full responsibility for public safety.
5-7.12 Notification of the Public
The Contractor shall notify the occupants of properties affected by the work. Notification shall be
by delivery of handbill furnished by the AGENCY. The Contractor is responsible for adding the dates
and hours of the work to be performed as well as general information regarding scope of work.
E-24
Handbill shall be distributed at least 48, but no more than 72 hours in advance. In no event shall
handbills be placed in or on any portion of the owner's mailbox.
Affected properties will be determined by the Engineer and are, in general, affected residents and
those properties that fall within 500 feet of the limits of the work.
The Contractor shall notify the City by email that the handbills have been distributed. The email
shall be addressed to the City representative(s) designated during the pre -construction conference.
The email shall be sent to the City no later than 8 AM on the day following distribution of the notices.
The email notification to the City shall contain a map showing the limits of distribution and the dates
and times distributed. A separate email shall be sent for each distribution. The City will use the
information on the emails to verify that the distribution has been performed. If the distribution is not
verified by the City, the City will email to the Contractor's representative the locations which must
be redistributed with new information. The Contractor shall not perform work in the distribution area
without email notification of verification by the City of the distribution.
Add this Section and the following subsection:
5-8 PUBLIC CONVENIENCE AND SAFETY — TRAFFIC CONTROL PLAN
5-8.1 Access
All lane closures shall be scheduled with the approval of the Engineer. A pedestrian detour shall be
maintained during the closure of the sidewalk.
When entering, leaving or operating on roadways carrying public traffic, CONTRACTOR'S
equipment, whether empty or loaded, shall in all cases yield to public traffic. Haul trucks shall be
covered with tarps and secured prior to entering the traffic lanes. The CONTRACTOR shall submit
to the AGENCY for review and approval a truck routing map prior to commencement of construction.
Flagmen shall be provided when directed by the AGENCY for the safety of the general public and
work personnel.
Traffic control shall be coordinated for the minimum inconvenience and maximum safety of the
public during the construction period and in accordance with these specifications.
At least one 12-foot wide lane shall be provided for each direction of travel on all local streets at all
times, except as permitted by the Engineer. Travel lanes shall be maintained on pavement and shall
remain unobstructed. Clearances from traffic lanes shall be five feet to the edge of any excavation
and two feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction.
DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED
ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO
ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION WILL RESULT IN DAMAGES
BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE,
IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH
OCCURRENCE OF A VIOLATION, AS PROVIDED HEREIN, THE CONTRACTOR SHALL
PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF
$1,000.00 PER OCCURRNCE PER DAY.
E-25
EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY
AND CONTRACTOR THAT $1,000.00 PER VIOLATION IS THE MINIMUM VALUE OF THE
COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED
AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE
THE CONTRACTOR.
SECTION 6 - PROSECUTION AND PROGRESS OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK (Page
30 of the SSPWC)
Add the following subsection(s):
6-1.1.1 Terms and Definitions
The following terms and their respective definitions are in addition to those specified in 1-2:
As -Built Schedule — The final updated Construction Schedule that reflects actual construction
progress throughout the entire duration of the Project.
Baseline Schedule — The original Construction Schedule used as the basis for measuring
construction progress and Contract performance.
Constraint — A requirement that restricts or dictates the Construction Schedule.
Construction Schedule — The schedule of construction activities that reflects the means and
methods, planned sequencing, duration, and Milestone dates for the completion and acceptance
of the Work. Types include the Baseline Schedule, Weekly Schedule Update, Monthly Schedule
Update, and the As -Built Schedule.
Critical Path — The sequence of activities shown on the Construction Schedule which adds up
to the longest overall duration.
Data Date — The latest date through which the activities shown on the Construction Schedule
have been updated.
Milestone — A schedule activity that has zero duration and which graphically represents the start
or finish of a portion of the Work.
Monthly Schedule Update — An updated Construction Schedule submitted every month that
compares actual construction progress versus the progress planned on the Baseline Schedule.
Project Float — The difference between the Scheduled Completion Date and Required
Completion Date. Float shall be an expiring resource available to both the Contractor and the
Agency. Float shall not be for the exclusive use or benefit of either the Agency or the Contractor.
Required Completion Date — The required date for completion of the Work abased upon the
number of Working Days specified in 6-3.1 and as amended by approved Change Orders.
Scheduled Completion Date — The planned date for completion of the Work as shown on the
Construction Schedule.
E-26
Total Float — The maximum amount of time an activity can be delayed from its early start
without delaying the completion of the Work. Float shall be an expiring resource available to
both the Contractor and the Agency. Float shall not be for the exclusive use or benefit of either
the Agency or the Contractor.
Weekly Schedule Update — An updated Construction Schedule submitted every week that
reflects the status of construction activities from the past week and also includes construction
activities scheduled in detail for the following 2 weeks.
6-1.1.2 General
Construction schedules shall conform to the following requirements:
a) The Construction Schedule shall be prepared using Microsoft Project.
b) The Construction Schedule shall be prepared using the Critical Path Method (CPM)
illustrating the chronological relationship and sequence of work activities. Activities on the
Critical Path shall be clearly delineated.
c) Work activities shall be based on the Bid items listed in the Schedule of Prices in the Bid
Proposal and the following:
1) Bid Items shall be subdivided into those portions to be constructed during each stage
or phase of construction, or portions which do not exceed 20 Working Days, whichever
is less.
2) Each submittal, and the corresponding Agency review period, shall be shown as an
individual activity.
3) The procurement of construction materials and equipment shall be identified and
shown as individual activities.
4) Part 1 NTP requirements shall be shown as individual activities.
d) The Construction Schedule shall commence on the Part 1 NTP Issuance Date and end on
the Required Completion Date milestone, or Scheduled Completion Date milestone,
required date of the first Working Day whichever date is later.
e) Change Orders, including number, description, approval date, and duration shall be shown
as individual activities.
f) Each activity must have at least one predecessor and one successor with the exception of
the Project start and finish milestones.
g) Schedule options within the program file shall be as follows:
1) Use retained logic when scheduling progressed activities.
2) Define critical activities as Longest Path.
3) Compute Total Float as the difference between late finish and early finish.
4) Use predecessor activity calendar for scheduling relationship lag.
5) Use of "Must Finish By" date in the project settings shall not be used.
h) Calendars, codes, and other information shall be on a project -level basis within the
schedule software, as opposed to global, so that any changes to subsequent schedules are
independent of past schedule submittals.
E-27
i) A level -of -effort type activity shall be included named "Project Float", with the Scheduled
Completion Date milestone as apredecessor and the Required Completion Date milestone
as a successor.
j) Date and time constraints and lags, other than those specified in this subsection, are not
allowed unless otherwise accepted by the Engineer. The use of negative lags is not allowed.
k) Notification activities shall be milestones linked as predecessors to the related work. These
milestones shall contain "As Late As Possible" constraints with lags equal to the notice
duration specified.
1) The schedule shall reflect the following Constraints:
1) Utility relocations per 402-4.
2) Schedule impacts due to the protection, removal, or relocation of utilities per
402-5.
3) The Sequence of Work per 6-2.3.
4) Temporary traffic control requirements per Section TC of the Special Provisions.
5) The Time of Completion per 6-3. A Baseline Schedule submitted showing completion
earlier or later than the time of completion specified will not be accepted.
6-1.1.3 Submittals
a) General
Construction Schedule submittals shall include a portable document file (pdf) accessible
using the latest version of Microsoft Proj ect. The submittal shall be emailed to the Engineer
or submitted on a compact disc (CD) along with 2 printed color copies on 11-inch x 17-
inch sheets.
b) Baseline Schedule
Within 10 Days of issuance of the Part 1 NTP, The Contractor shall submit a Baseline
Schedule for review and acceptance by the Engineer.
c) Weekly Schedule Updates
The Contractor shall submit Weekly Schedule Updates which will be used to manage,
coordinate, and schedule all upcoming Contract activities. These detailed schedules may
be submitted in bar chart format and shall reflect the logic and sequence used for the
accepted Baseline Schedule. The Weekly Schedule Update shall include the following:
1) Status of the construction activities of the past week, scheduled vs. actual.
2) An explanation for deviations from planned activities, together with actions taken or
planned to recover lost time, if applicable.
3) Two -week "look -ahead" Schedule detailing all work activities planned for the next 2
weeks, including all work to be performed by others. Activities included in the
Baseline Schedule shall be further broken down into detailed activities, by specific
task, by specific area, at the crew level or lower.
d) Monthly Schedule Updates
On the first Working Day of each month the Contractor shall submit a Monthly Schedule
Update using the same software used to prepare the Baseline Schedule. The Engineer will
not submit the Engineer's Monthly Estimate specified in 7-3.2 for processing until the
Monthly Schedule Update has been submitted. The schedule may be emailed to the
E-28
Engineer or submitted on a CD with 2 printed color copies on 11-inch x 17-inch sheets.
Should the update not reflect the actual progress of the Work, the update will be returned
to the Contractor for inclusion of the changes on the next update. Updates shall conform to
6-1.1.2 and the following:
1) Actual start and completion dates versus the original accepted Baseline Schedule shall
be illustrated.
2) Deviations in the progress and sequence of the Work shall be identified and supported
by a detailed narrative justification. The updates shall include necessary remedies and
revisions to recover delays to the schedule to meet the original Contract milestones.
3) The data date shall be the 28' day of the previous month.
4) Change Order work scheduled after the Data Date that includes an approved time
extension shall be shown as a Critical Path activity. Change Order work scheduled
after the Data Date without an approved time extension shall be shown as a non -Critical
Path activity. Change Order work performed prior to the Data Date shall be shown as
an as -built activity.
5) The Required Completion Date milestone constraint date shall be adjusted to account
for time extensions approved as of the Data Date.
6) The Scheduled Completion Date milestone constraint date shall be adjusted to match
the Required Completion Date as of the Data Date.
e) As -Built Schedule
Within 7 Days after completion of the Work per 3-13.1, the Contractor shall prepare and
submit an As -Built Construction Schedule using the same software used to prepare the
Baseline Schedule. The Engineer will not submit the final monthly progress payment for
processing until the schedule has been submitted. The schedule may be emailed to the
Engineer or submitted on a CD with 2 printed color copies on 11-inch x 17-inch sheets.
The As -Built Schedule shall reflect the actual progress of the Work from the date of
issuance of the Part 1 NTP through the date of completion. Should the As -Built Schedule
not reflect the actual start and finish dates of all work activities, the schedule will be
returned to the Contractor for revision and re -submittal.
The schedule shall be submitted with a written certificate signed by the Contractor's
Authorized Representative stating:
"To my knowledge and belief, the enclosed As -Built Schedule reflects the actual start
and finish dates of the actual work activities for the Contract contained herein."
6-1.1.4 Time Impact Analysis (TIA)
6-1.1.4.1 General
Time Impact Analysis (TIA) is a scheduling technique and analysis report used to assess and
quantify the effects of one or more of the following occurrences:
a) an unforeseen event,
b) an approved Change Order,
E-29
c) a proposed Change Order, or
d) a changed condition.
6-1.1.4.2 Submittals
A TIA submittal shall be submitted when the Contractor or Engineer identifies an occurrence
that potentially impacts the Critical Path and delays progress of the Work. The TIA submittal
shall be submitted in accordance with 3-8 and shall include the following:
a) Narrative Report
A report that defines the scope and conditions of an occurrence specified in 6-1.1.4.1;
type of delay as defined in 6-1.1.4.3; provides start and finish dates of impact; provides
predecessor and successor activities to the impact period; identifies the party
responsible for the occurrence; and describes how the occurrence originated and how
it impacts the schedule.
b) Schedules
A schedule submission that consists of the following two electronic schedule files in
accordance with 6-1.1.3:
1) Un-impacted Schedule — The Monthly Schedule Update that has a Data Date
closest to and prior to the occurrence. If the Engineer determines that the schedule
update submitted does not appropriately represent the conditions prior to the
occurrence, the schedule update shall be updated to the day before the occurrence
being analyzed. Schedule updates, modifications, and changes shall be listed in the
narrative report.
2) Impacted Schedule — The schedule developed from incorporating the occurrence
into the un-impacted schedule by adding or deleting activities, or by changing
durations or logic of existing activities. Schedule updates, modifications, and
changes shall be listed in the narrative report.
c) The Contractor shall submit a TIA within 10 Working Days of receiving a written
request for a TIA from the Engineer.
d) For a claimed delay in completion of the Work, the un-impacted and impacted
schedules shall be modified to account for as -built events known to occur after the Data
Date.
e) If the impacted schedule shows that the Critical Path and Scheduled Completion Date
are affected by the occurrence, the difference between Scheduled Completion Dates of
the un-impacted and impacted schedules, minus any remaining Project Float, must be
equal to the request for adjustment of the Contract time of completion. No time of
completion extensions will be granted unless a delay occurs which first consumes all
available Project Float and extends the Scheduled Completion Date beyond the
Required Completion Date.
f) All TIAs must include mitigation measures and must apportion the overall delay
assignable to any individual delays. The associated narrative report must clearly
describe findings in chronological order.
E-30
g) Subsequent Monthly Schedule Updates shall include changes related to a TIA that has
been accepted by the Engineer. Schedule updates shall not include changes related to
a rejected TIA, or a TIA that is pending review.
6-1.1.4.3 Types of Delays
The TIA shall identify the type of delay as follows:
a) Excusable and Compensable Delay - Delay for which the Agency is the sole proximate
cause. The Contractor must not have been delayed for any other reason during that time
period.
b) Excusable and Non-compensable Delay - Delay caused from unforeseen events as
defined in 6-4.1.
c) Inexcusable and Non-compensable Delay - Delay caused by the fault or negligence of
the Contractor.
d) Concurrent Delay - Combination of the types outlined above occurring during the same
time period.
6-1.1.4.4 Acceptance
Acceptance of a TIA will be determined in accordance with the following:
a) Upon submittal of a TIA by the Contractor, an analysis of the facts will be performed
by the Engineer to determine compensability and entitlement to any time extension
under the applicable contract clauses.
b) Acceptance of a TIA is at the sole discretion of the Engineer.
c) The Engineer will construct its own TIA or utilize another method to determine
adjustments in the Contract time of completion if the Contractor fails to submit a TIA.
6-1.1.5 Payment
No separate or additional payment will be made for preparation of each Weekly Schedule Update,
Monthly Schedule Update, or Time Impact Analysis.
6-1.2 Commencement of the Work
Add the following subsection(s):
6-1.2.1 General
The Notice to Proceed (NTP) for this Contract will be issued in 2 separate parts. The Agency will
issue the Part 1 NTP after the Contractor satisfactorily submits all of the documentation required
in the Instructions to Bidders and the Agency has executed the Contract.
The Part 1 NTP shall be for the Contractor to perform the following:
a) Submit all required preconstruction submittals per 3-8.10 and receive Agency approval for
such submittals unless otherwise specified.
b) Ensure that all labor, equipment, and materials required for the Contract will be available
when required by the Construction Schedule per 6-1.1.
c) Mobilization.
E-31
d) Attend preconstruction meetings with the Agency.
e) Apply for and obtain all permits and insurance required per 2-2.
The Contractor shall complete all of the above stated -activities within 15 Working Days of the
Part 1 NTP. Each additional Working Day in which the Contractor is not in compliance with this
requirement will be subtracted from the number of Working Days allowed for the Time of
Completion per 6-3. When the number of Working Days specified in 6-3.1 is exhausted, the
Contractor will be subject to liquidated damages. The counting of Working Days for the
completion of Part 1 NTP activities will stop upon the receipt of all required Submittals and
resume upon the return of any required submittal to the Contractor per 3-8.
The Part 2 NTP shall be for the start of the Work. The Part 2 NTP will not be issued until all Part
1 NTP activities have been completed.
Payment for compliance with Part 1 and Part 2 NTP requirements, except for preparation of the
Baseline Construction Schedule, shall be considered as included in the lump sum Bid price for
"MOBILIZATION".
6-1.2.2 Pre -Construction Meeting
The Agency will conduct a Pre -Construction Meeting at City Hall, 23920 Valencia Boulevard,
Santa Clarita, CA 91355), prior to the start of the Work. The Engineer will distribute a notice of
this meeting, along with an agenda of the subjects to be addressed at least 4 Days prior to the
meeting. The Contractor's Representative shall be present at the meeting.
The following is a lypical agenda:
1) The ENGINEER will explain and discuss insurance, laws and codes, maintenance of
traffic, permits, quality control, inspection and related items.
2) The ENGINEER will discuss procedures for Submittals, and Change Orders.
3) The ENGINEER will discuss monthly progress payment application and establish the
estimate cutoff date and discuss partial and final payments.
4) The ENGINEER will discuss Water Control Compliance requirements (BMPs and/or
SWPPP).
5) The ENGINEER will discuss the City's Labor Compliance Program.
6) The ENGINEER will discuss the City's Construction & Demolition Materials
Management Plan.
7) The ENGINEER will discuss the Notice to Proceed and the CONTRACTOR's
responsibility to obtain an encroachment permit from the City and Caltrans prior to
beginning work.
8) The CONTRACTOR will introduce the CONTRACTOR's representatives, briefly
describe each person's responsibilities, and provide emergency contact information.
9) The CONTRACTOR will distribute a list of all Subcontractors and suppliers and discuss
sequence of and coordination of critical work and long lead procurement items.
10) The CONTRACTOR will define and discuss arrangements for safety, first aid, emergency
actions and security.
E-32
Those attending the meeting shall include, but not be limited to the following:
a) The Contractor's Representative.
b) A representative of each listed Subcontractor.
C) A finance representative or certified payroll designee from the Contractor and each
Subcontractor for labor compliance requirements.
d) City of Santa Clarita Project Manager.
e) City Public Works Staff.
f) Design ENGINEER.
g) Affected utility company representatives.
Any explanations provided by the Engineer at this meeting do not amend, supersede or alter terms
or meaning of any Contract Document and the CONTRACTOR shall not claim reliance on such
explanations as a defense to any breach or failure by the CONTRACTOR to perform as specified
in the Contract.
6-2 PROSECUTION OF THE WORK (Page 30 of the SSPWQ
Add the following subsection before the first paragraph:
6-2.1 General
The CONTRACTOR is solely responsible for the means and methods of construction, and for
providing and maintaining a safe place to work.
Add the following after the last paragraph:
The CONTRACTOR's activities shall be confined to the hours between 7:00am & 4:30pm, Monday
through Friday. In addition, no work shall be performed on Saturday, Sunday, or on the following
AGENCY -designated holidays.
AGENCY DESIGNATED HOLIDAYS
Memorial Day
Monday, May 31, 2021
Independence Day
Monday, July 5, 2021 (observed)
Labor Day
Monday, September 6, 2021
Veterans Day
Thursday, November 11, 2021
Deviations from these restrictions will not be permitted without the prior consent of the ENGINEER,
except in emergencies involving immediate hazard to persons or property. In the event of either a
requested or emergency deviation, inspection service fees will be charged against the
CONTRACTOR. Service fees will be calculated at overtime rates including benefits, overhead, and
travel time; and will be deducted from the amounts due the CONTRACTOR.
Add the following subsection(s):
6-2.2 Work by Others Due to Unsatisfactory Work Prosecution
If, as determined by the Engineer, the Contractor is not prosecuting the Work in a satisfactory manner
or is not providing for public safety, traffic and protection of the Work, the Engineer will notify the
Contractor of such unsatisfactory conditions and will indicate the date and time when corrective work
E-33
must be completed. If the Contractor fails to comply, the Agency may elect to do the Work or have
the Work performed by others and deduct the cost thereof from any monies due the Contractor. Such
action shall not relieve the Contractor from liability.
6-3 TIME OF COMPLETION (Page 31 of the SSPWC)
6-3.1 General
Replace the first sentence with the following:
Time is of the essence in the performance of the Work. The Contractor shall complete the Work for
Part 2 Notice to Proceed within 55 Working Days.
6-4 DELAYS AND EXTENSIONS OF TIME
6-4.1 General
Replace the second paragraph with the following:
No extension of time will be granted for a delay caused by the inability to obtain materials unless the
Contractor obtains from the supplier and furnishes to the Engineer documentary proof that such
materials could not be obtained due to war, government regulations, labor disputes, strikes, fires,
floods, adverse weather necessitating the cessation of work, or other similar action of the elements.
6-5 USE OF IMPROVEMENT DURING CONSTRUCTION (Page 32 of the SSPWC)
Add the following after the first paragraph:
Action by the Agency to take over and utilize any part of the Project shall become effective only upon
issuance of a written notice, signed by the Engineer, setting forth a description of the completed
improvements to be taken over, the effective date, location and limits thereof.
6-9 LIQUIDATED DAMAGES (Page 34 of the SSPWC)
Replace the third sentence of the first paragraph with the following:
For each Day in excess of the time specified for the completion of the Work in 6-3.1, as adjusted in
accordance with 6-4, the Contractor shall pay to the Agency, or have withheld from monies due it, the
sum of $1,000 per calendar day.
Replace the first sentence of the second paragraph with the following:
Execution of the Contract shall constitute agreement by the Agency and the Contractor that $1,000 per
Day is the minimum value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time.
Add the following subsection(s):
6-10 CONSTRUCTION PROGRESS MEETINGS
Progress meetings will be scheduled between the ENGINEER and the CONTRACTOR.
Meetings will be scheduled weekly and more often as necessary for the competent and timely execution
of the Work under the Contract. These meetings will be chaired by the ENGINEER.
The CONTRACTOR shall supply, as requested by the ENGINEER, an updated construction schedule
for work to be performed in the next 2 weeks.
E-34
SECTION 7 - PAYMENT
7-3 PAYMENT (Page 35 of the SSPWQ
7-3.1 General
Replace the first paragraph with the following:
Payment for the various items of the Bid Schedule, as further specified herein, shall be full
compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies,
raw materials, manufactured articles, and for all labor, operations, and incidentals appurtenant to the
items of work being described, as necessary to complete the various items of work as specified and
shown on the drawings, including appurtenances thereto, and including all costs of compliance with
the regulations of public agencies having jurisdiction, including Safety and Health Requirements of
the California Division of Industrial Safety and the Occupational Safety and Health Administration
of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not
specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named
in the Bid Schedule for the various appurtenant items of work.
The CONTRACTOR must include all items of work within the Bid Schedule. Where the
CONTRACTOR is unsure of the placement of an item within the Bid Schedule, he shall use the most
appropriate item. Any questions to the City must be directed prior to the submittal of the Bid Schedule
and failure to receive an answer does not relieve the CONTRACTOR from the above obligations.
Add the following:
No payment will be made for work which is not in conformance with the requirements of the
Contract Documents nor for work performed outside the limits of the Work as shown on the Plans
or otherwise approved by the Engineer.
7-3.2 Partial and Final Payment
Add the following:
The closure date for the purpose of making partial progress payments will be the last day of each
month. Prior to the end of each month and preparation of the progress payment estimate, the
CONTRACTOR shall meet with the ENGINEER to review and discuss the quantity of each unit
price Bid item and percentage of each lump sum Bid item completed to the closure date. The Engineer
will furnish the Contractor with a statement of the approximate measurement of the Work performed
to the closure date. The Contractor shall submit an invoice identical in itemization, quantity, and cost
to that shown on the statement. The monthly progress payment will not be submitted for processing
until an invoice has been received.
When the Work is complete in accordance with 3-13.1, the ENGINEER will determine the final
quantities of each unit price Bid item and prepare the final progress payment report.
Payments are authorized and made within 45 Days after date of receipt of an invoice However,
payments will be withheld pending receipt of any outstanding submittals, reports, or other
documentation required by the Contract Documents. In addition, the final progress payment will not
be released until the CONTRACTOR conforms to the requirements of 3-16.
E-35
The retained amounts will be authorized for final payment 35 Days after the date of recordation of
the Notice of Completion.
The CONTRACTOR, however, may receive interest on the retained amount or receive the retained
amount itself so long as securities equivalent to the retained amounts are substituted with an escrow
holder approved by the AGENCY.
At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the
retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as
the escrow agent, who shall return such monies or securities to the CONTRACTOR upon acceptance
of the Contract.
Securities eligible for investment shall include those listed in Section 16430 of the State Government
Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and
stand-by letters of credit.
Any escrow agreement entered into shall contain the following provisions and be substantially similar
to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section
4590 of Chapter 13 of Division 5 of Title 1 of the Government Code."
7-3.3 Delivered Materials (Page 36 of the SSPWQ
Replace the entire subsection with the following:
Materials and equipment delivered, but not incorporated into the work, will not be included in the
progress payment estimate. The Agency will not pay for storage costs.
7-3.4 Mobilization
Replace the entire subsection with the following:
When a Bid item is included in the Bid for "MOBILIZATION", the costs of work in advance of
construction operations and not directly attributable to any specific Bid item will be included in the
progress estimate.
Mobilization shall consist of preparatory work and operations, including, but not limited to, those
necessary for the movement of personnel, equipment, supplies and incidentals to the Project site and
for all other work and operations which must be performed or costs incurred prior to beginning work
on the various Contract items on the Project site.
Payments for mobilization will be made as follows:
a) When the monthly progress payment estimate of the amount earned, not including the amount
earned for mobilization, is 5 percent or more of the Contract Price, the total amount earned for
mobilization shall be 50 percent of the Contract Unit Price for mobilization or 5 percent of the
Contract Price, whichever is less, and said amount will be included in said estimate for
payment.
b) When the monthly progress payment estimate of the amount earned, not including the amount
earned for mobilization, is 10 percent or more of the Contract Price, the total amount earned
for mobilization shall be 75 percent of the Contract Unit Price for mobilization or 7.5 percent
E-36
of the Contract Price, whichever is less, and said amount will be included in said estimate for
payment.
c) When the monthly progress payment estimate of the amount earned, not including the amount
earned for mobilization, is 20 percent or more of the Contract Price, the total amount earned
for mobilization shall be 95 percent of the Contract Unit Price for mobilization or 9.5 percent
of the Contract Price, whichever is less, and said amount will be included in said estimate for
payment.
d) When the monthly progress payment estimate of the amount earned, not including the amount
earned for mobilization, is 50 percent or more of the Contract Price, the total amount earned
for mobilization shall be 100 percent of the Contract Unit Price for mobilization or 10 percent
of the Contract Price, whichever is less, and said amount will be included in said estimate for
payment.
e) After completion of the Contract Work, the amount, if any, of the Contract Unit Price for
mobilization in excess of 10 percent of the Contract Price will be included in the final progress
payment.
7-3.5 Contract Unit Prices
7-3.5.1 General
Add the following:
The AGENCY reserves the right to increase or decrease the amount of any or all of the
approximate quantity shown in the Bid Schedule, and to add or delete the locations, type, and
extent, of each Bid item. Increases or decreases in the quantities within the limits specified shall
in no way invalidate the Contract Unit Price. No claim shall be made by the Contractor for any
loss of anticipated profits because of any such alteration or due to any variation between the
approximate quantities and the actual quantities of each Bid item.
Add the following subsection:
7-3.9 Allowance Items
The Agency may establish an Allowance in the Bid for items in which there is insufficient
information for the Contractor to submit a Contract Unit Price or for which a basis of bidding may
not be established for any reason.
The Contractor shall not be entitled to full payment of the amount of the Allowance should it not be
utilized. Should the Contractor's actual costs exceed the Allowance, the difference will be considered
as Extra Work.
7-4 PAYMENT FOR EXTRA WORK (Page 37 of the SSPWQ
7-4.2 Basis for Establishing Costs
7-4.2.1 Labor
Replace the first paragraph with the following:
The cost of labor shall be the cost of wages (basic hourly rate) plus the cost of employer payments
(health and welfare, pension, vacation/holiday, training, and other payments for assessments or
E-37
benefits required by lawful collective bargaining agreements) as listed on the General Prevailing
Wage Determination made by the Director of Industrial Relations in effect at the time the Extra
Work is performed. To the total of these costs, a labor surcharge based on the current Caltrans
labor surcharge rates (rwr, Alt c, v/cl/coriqruc/ecux�1) at the time the work is
performed shall be applied for statutory payroll items stipulated by various governmental
agencies. The items included are worker's compensation insurance, Social Security, Medicare,
Federal unemployment insurance, State unemployment insurance, and State training taxes. The
markup for labor specified in 7-4.3.1 includes the labor surcharge.
7-4.2.3 Tools and Equipment Rental (Page 38 of the SSPWC)
Replace the second paragraph with the following:
Regardless of ownership, the rates to be used in determining equipment rental costs shall not
exceed those listed in the current edition of the "Labor Surcharge and Equipment Rental Rates"
of the State of California Department of Transportation (Caltrans)
(wrwrv;l;c�� c,.,;ov/i�cg/cc�r����c/�cguigxrYr��.i�tml) at the time the work is performed. Standby rates
shall be 50 percent of the hourly rate. Payment for standby shall not exceed 8 hours per day, 40
hours per week and 176 hours per month. If the equipment is not listed, the rate allowed shall be
that calculated for a comparable item.
7-4.3 Markup (Page 38 of the SSPWC)
7-4.3.1 Work by the Contractor
Replace the entire paragraph with the following:
The following percentages shall be added to the Contractor's costs and shall constitute the
markup for overhead and profit, and all other costs not specifically provided for on work
performed by the Contractor:
Labor (including Labor Surcharge) 32%
Materials 15%
Equipment Rental 15%
Other Items and Expenditures 15%
To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as
compensation for bonding.
7-4.3.2 Work by a Subcontractor
Replace the entire paragraph with the following:
When all or any part of the Extra Work is performed by a Subcontractor, the markup established
in 7-4.3.1 shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $2,000 of the subcontracted portion of the Extra Work may be added by the
Contractor. A markup of 5 percent may be added to the remaining subcontracted portion. This
markup shall constitute the Contractor's markup for overhead and profit on work performed by
the Subcontractor.
E-38
Add the following subsection(s):
7-4.3.3 General
The markups specified in 7-4.3.1 and 7-4.3.2 above shall be considered as including, but not be
limited to, the Contractor's labor costs for personnel not working directly on the Extra Work,
including the cost of any tools and equipment which they may use. Such costs shall not be
reported as labor or equipment costs elsewhere except when they are actually used in the
performance of the Extra Work. Labor costs shall in that case be reported for the labor
classification corresponding to the type and nature of Extra Work performed.
7-4.3.4 Allowance Items
The following percentage shall be added to the Contractor's actual costs unless otherwise
specified; 15 percent.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Replace the entire subsection with the following:
8-1 GENERAL (Page 39 of the SSPWC)
No field offices for AGENCY personnel shall be required, however, AGENCY personnel shall have the
right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if
so provided by the CONTRACTOR for his own personnel.
Add the following Section(s)and subsection(s):
SECTION 9 - CONSTRUCTION CLAIMS
9-1 NOTICE OF POTENTIAL CLAIM
The CONTRACTOR shall not be entitled to the payment of any additional compensation for any act,
failure to act, by the ENGINEER, including failure or refusal to issue a Change Order, or for the
happening of any event, thing, occurrence, or other cause, unless the Contractor has submitted to the
ENGINEER a due written Notice of Potential Claim as hereinafter specified. The written Notice of
Potential Claim shall set forth the reasons for which the CONTRACTOR believes additional
compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount
of the potential claim. The said notice as above required must have been given to the ENGINEER prior
to the time that the CONTRACTOR shall have performed the work giving rise to the potential claim for
additional compensation, if based on an act or failure to act by the ENGINEER, or in all other cases
within 15 Days after the happening of the event, thing, occurrence, or other cause, giving rise to the
potential claim.
It is the intention of this subsection that differences between the parties arising under and by virtue of the
Contract be brought to the attention of the ENGINEER at the earliest possible time in order that such
matters may be settled, if possible, or other appropriate action promptly taken. The CONTRACTOR
hereby agrees that it shall have no right to additional compensation for any claim that may be based on
E-39
any such act, failure to act, event, thing, or occurrence for which no written notice of potential claim as
herein required was filed.
9-2 CLAIMS
Claims shall be resolved in accordance with Part 3, Chapter 1, Article 1.5 (commencing with Section
20104) of the Public Contract Code. All claims shall be in writing and shall include the documents
necessary to substantiate the claims. Claims must be filed on or before the date of final payment.
For claims of less than $50,000, the AGENCY will respond in writing to any written claim within 45
Days of receipt of the claim, or may request, in writing, within 30 Days of receipt of the claim, any
additional documentation supporting the claim or relating to defenses or to the claim the AGENCY may
have against the CONTRACTOR. If additional information is thereafter required, it shall be requested
and provided pursuant to mutual agreement of the AGENCY and the CONTRACTOR. The AGENCY's
written response to the claim, as further documented, will be submitted to the CONTRACTOR within 15
Days after receipt of the further documentation or within a period of time no greater than that taken by
the CONTRACTOR in producing the additional information, whichever is greater.
For claims of over $50,000 and less than or equal to $375,000, the AGENCY will respond in writing to
all written claims within 60 Days of receipt of the claim, any additional documentation supporting the
claim or relating to defenses to the claim the AGENCY may have against the CONTRACTOR. If
additional information is thereafter required, it shall be requested and provided pursuant to mutual
agreement of the AGENCY and the CONTRACTOR. The AGENCY's written response to the claim, as
further documented, will be submitted to the CONTRACTOR within 30 Days after receipt of the further
documentation, or within a period of time no greater than that taken by the CONTRACTOR in producing
the additional information or requested documentation, whichever is greater.
If the CONTRACTOR disputes the AGENCY's written response, or the AGENCY fails to respond within
the time prescribed, the CONTRACTOR may so notify the AGENCY, in writing, either within 15 Days
of receipt of the AGENCY's response or within 15 Days of the AGENCY's failure to respond within the
time prescribed, respectively, and demand an informal conference to meet and confer for settlement of
the issues in dispute. Upon a demand, the AGENCY will schedule a meet and confer conference within
30 Days for settlement of the dispute.
Following the meet and confer conference, if the claim or any portion remains in dispute, the
CONTRACTOR may file a claim as provided in Chapter I (commencing with Section 900) and Chapter
2 (commencing with Section 910) of Part 3 of Division 3.6 of Title I of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed shall
be tolled from the time the CONTRACTOR first submits his or her written claim until the time that claim
is denied as a result of the meet and confer process, including any period of time utilized by the meet and
confer process.
This Section does not apply to tort claims and nothing in this Section is intended nor shall be construed
to change the time periods for filing tort or actions specified by Chapter I (commencing with Section
900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title I of the Government
Code.
E-40
The following procedures are established for all civil actions filed to resolve claims subject to this Section:
1) Within 60 Days, but no earlier than 30 Days, following the filing or responsive pleadings, the court
will submit the matter to non -binding mediation unless waived by mutual stipulation of both parties.
The mediation process shall provide for the selection within 15 Days by both parties of a
disinterested third person as mediator, shall be commenced within 30 Days of the submittal, and
shall be concluded within 15 Days from the commencement of the mediation unless a time
requirement is extended upon a good cause showing to the court or by stipulation of both parties.
If the parties fail to select a mediator within the 15-Day period, any party may petition the court to
appoint the mediator.
2) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure)
shall apply to any proceeding brought under this Subsection consistent with the rules pertaining to
judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this Section shall be experienced in construction law, and upon
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly
rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by
the parties, except in the case of arbitration where the arbitrator, for good cause, determines a
different division. In no event shall these fees or expenses be paid by state or county funds.
a) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the
Code of Civil Procedure, any party who after receiving an arbitration award requests a trial
de novo but does not obtain a more favorable judgment shall, in addition to payment of costs
and fees under that chapter, pay the attorney's fees of the other party arising out of trial de
novo.
3) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
PART 4 -EXISTING IMPROVEMENTS
SECTION 400 - PROTECTION AND RESTORATION
400-1 GENERAL (Page 479 of the SSPWQ
Add the following after the last paragraph:
All existing surfaces, whether asphaltic or concrete, portland cement concrete, permanent fencing and
barriers, landscape material such as turf, trees, shrubs, gravel, etc., or other, shall, after construction, be
restored to a condition at least equal to that which existed prior to construction. All restoration shall be
in -kind except in those areas where details indicate to the contrary. The details of those areas will govern.
E-41
Types of existing improvements and services consist of but are not limited to existing roads, sidewalk,
landscaping, irrigation, signs, ditches and associated structures; water appurtenances; and telephone lines,
buried communications cable, buried water pipe, buried gas pipes, buried sewer pipe; walls, fences and
gates. To the extent possible, the locations of such facilities are shown. Facilities other than those shown
may exist and CONTRACTOR shall at all time exercise care to avoid physical damage to or disruption
in the service of existing facilities. Existing improvements visible at the job site, for which no specific
disposition is made on the Plans, but which could reasonably be assumed to interfere with the satisfactory
completion of the improvements contemplated by the Plans, shall be removed and disposed of by the
CONTRACTOR.
CONTRACTOR shall make all necessary modifications, relocations and reconstruction of structures such
as culverts, drainage facilities and the like as necessary for construction of works described in these
specifications.
Restoration shall include, but not be limited to, the replacement of landscape planting and irrigation
system, and pavement striping which are disturbed by the CONTRACTOR's operations in the course of
work.
Protect existing buildings, paving, landscaping, and other services or facilities on -site and adjacent to the
site from damage caused by site work operations and access to the site. Cost of repair and restoration of
damaged items shall be at the CONTRACTOR's expense.
It shall be the CONTRACTOR's responsibility to conduct operations in such a manner so as to prevent
damage to existing substructures. In the event of substructure damage, the CONTRACTOR shall bear
full responsibility and total expense for repair and/or replacement of said substructure.
Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference
points. Re-establish disturbed or destroyed items at CONTRACTOR's expense.
Payment for this work shall be included in the related items of work and no additional compensation shall
be made thereof.
SECTION 402 - UTILITIES
402-1 LOCATION (Page 481 of the SSPWQ
402-1.1 General
Add the following before the first sentence:
The Contractor shall not perform any adjustments of utilities not owned or controlled by the City of
Santa Clarita. All other utilities shall be adjusted by the individual utility. It is the responsibility of
the Contractor to contact, coordinate with, and schedule the utility companies for the lowering and
raising of their facilities, as needed. Any delays due to unavailability of utilities shall be the
responsibility of the Contractor.
Replace the last sentence of the third paragraph with the following:
The Contractor shall provide the subsurface installation location data to the Engineer prior to issuance
of the Part 2 Notice to Proceed.
E-42
Add the following:
The location and existence of utilities and improvements shown on the plans are approximate and
taken from available records. The Contractor shall verify the location of existing improvements and
shall take all precautions to protect them whether shown or not.
"Subsurface installation" shall include service connections. Location of subsurface installations shall
be shown as an individual activity on the Baseline Schedule. Refer to 6-1.1.
Where water lines exist, at each angle point, cross connection and "T" connection, the Contractor
shall assume the existence of a concrete thrust block located such as to resolve thrust loads.
The Agency may arrange for and conduct a preconstruction meeting between the Contractor, the
Engineer, and the utility owners to discuss scheduling, coordination of any required utility
relocations, and the protection of existing utilities. The Contractor shall attend any preconstruction
meeting scheduled by the Agency and shall cooperate with all utility owners performing utility
relocation or installation work on the Project site.
Utilities include, but are not limited to; telephone, electricity, gas, oil transmission, fiber-optic cable,
domestic water, reclaimed water, sewer, and traffic signal interconnect lines.
Existing utilities are located within the limits of work. The Contractor shall confirm locations of all
utilities and utility markings on curbs and protect them in place, relocate, or replace as required. The
exact location and identification of all existing utilities shall be determined by the Contractor prior to
the start of any work. All utilities designated to be protected in place shall be carefully uncovered if
located within the lines of excavation and time shall be allowed for the Engineer or his designee to
field check the location of such utilities to make certain that they will not interfere with construction.
All existing City owned utilities located in sidewalk, driveway approach, access ramp, or any area
requiring grade adjustment due to the proposed improvements shall be considered appurtenant to the
bid item for which the adjustment is required.
The Contractor shall obtain all necessary permits and notify the utilities agencies at least seventy-two
(72) hours in advance of excavating around any of their structures. It shall be the responsibility of the
Contractor to coordinate all phases of construction with the various utility companies involved.
During the construction of the pro] ect by the Contractor, various utility companies may be completing
their work to replace, relocate, install, modify, abandon or adjust their existing underground, at grade
and overhead facilities and structures to clear or join the proposed improvements. The Contractor
shall coordinate scheduling and cooperate with the various utility companies so as to allow them
access to their work, and time to complete their work so as to not cause unnecessary delays to the
contract. The cost for coordination with the utility companies and providing the time, work areas,
protecting their facilities, in place shown on the plans and as specified in these special provisions
shall be included in the related items of work and no additional time allowances or compensation will
be made thereof.
E-43
The utilities which have facilities located within the limits of the Proj ect are as follows:
1. City of Santa Clarita
Traffic Division for Traffic Signal & Communication Lines
Contact: Cesar Romo
(661) 286-4002
2. County Sanitation Districts:
County Sanitation Districts of Los Angeles County
39300 30th Street E
Palmdale, CA 93551
Attention: Sal Soto
(626) 506-7959
3. Southern California Gas Company
Southern California Gas Company:
9400 Oakdale Ave.
Chatsworth, CA 91311
Attention: Ron Bott, Christian Preciado, Christopher Domenick
(818) 701-3228
4. AT&T:
AT&T
2655 E. Avenue Q
Palmdale, CA 93550
Attention: Bryan Montgomery
(661) 202-9909
5. Water District:
Santa Clarita Valley Water
P.O. Box 220970
Santa Clarita, CA 91321
Attention: Josh Jenkins
(661) 259-3610
6. Southern California Edison:
Southern California Edison:
25625 W. Rye Canyon Road
Valencia, CA 91355
Attention: James Lloyd
(661) 388-6087
7. Level 3 Communications:
Level 3 Communications
818 West 7' Street, Suite 1110
Los Angeles, CA 90017
Attention: Scott Mattingly
(877) 366-8344 / (213) 996-5587
E-44
402-1.2 Payment (Page 481 of the SSPWC)
Replace the entire subsection with the following:
No separate payment will be made for the location of utilities pursuant to Government Code Sections
4215 and 4216, and 402-1.1, or for attendance at the preconstruction meeting. Payment shall be
considered as included in the Contract Unit Price for the various Bid items.
402-4 RELOCATION (Page 482 of the SSPWC)
Add the following:
Some existing utility facilities may remain in place. The Contractor shall work around and pave up to
said facilities. During paving operations, the Contractor shall raise sleeve -type valve covers to the new
grade. For non -sleeve type valve covers and all other utility facilities which are required to be raised to
the new grade, the Contractor shall, prior to the start of paving operations, notify the utility owners to
adjust their facilities to the new grade. Payment for raising sleeve -type valve covers and utility owner
notifications shall be considered as included in the Contract Unit Price for the surface pavement.
402-5 DELAYS DUE TO UTILITY CONFLICTS (Page 483 of the SSPWC)
Add the following to the end of the last paragraph:
Payment to the Contractor for actual loss due to a protracted utility delay shall be calculated based on
wage increases, price increases of material and equipment, additional insurance costs and actual direct
costs of maintaining the Project site incurred as a result of such utility delay.
402-6 COOPERATION (Page 483 of the SSPWC)
Add the following:
The Agency expects to have one or more separate utility owners/contractors working in the same area at
the same time. The CONTRACTOR shall coordinate and cooperate with any and all separate utility
owners/contractors. Such coordination may include, but will not be limited to, participating in regularly
scheduled or special meetings with the Agency, residents, and/or other contractors; sharing work and
materials storage areas; scheduling work to coincide with work of a utility owner/contractor and to
minimize disruption to the construction schedule; and similar tasks requested by the Engineer.
It is anticipated that all concurrent utility activities will require coordination between the CONTRACTOR
and each respective utility owner/contractor. Further requirements of the CONTRACTOR are listed
below.
No separate or additional payment will be made for cooperation with utility owners/contractors.
E-45
SECTION G: SPECIAL PROVISIONS
For
Fiscal Year 2020-2021
Annual Concrete Rehabilitation Program (Citywide)
City Project M0138
Bid No. ENG-20-21-MO138
City of Santa Clarita, California
The special provisions for this contract shall be in conformance with Part 2, "Construction Materials" and Part 3,
"Construction Methods," of the Standard Specifications for Public Works Construction, 2018 Edition, (SSPWC or
Greenbook 2018) accept as amended and or superseded by the following:
PART 2 - CONSTRUCTION METHODS
SECTION 1 - MOBILIZATION
1-1
MEASUREMENT AND PAYMENT....................................................................................... 3
1-2
CLEARING AND GRUBBING................................................................................................ 3
1-3
PRESERVATION OF PUBLIC TREES.................................................................................. 3
1-3.1 Oak Trees............................................................................................................................. 4
1-3.2 Vacant Sites......................................................................................................................... 4
1-4
URBAN FORESTRY NOTIFICATION, SCHEDULING, & PROCEDURES ................... 4
1-4.1 No Root Pruning on Fridays.............................................................................................. 4
1-4.2 Additional Work Locations................................................................................................ 4
1-4.3 Tree Root Pruning.............................................................................................................. 5
1-4.4 Tree Removals..................................................................................................................... 6
1-4.5 Root Shaving....................................................................................................................... 6
1-4.6 Damage to City Trees......................................................................................................... 6
SECTION 2 - TRAFFIC CONTROL
2-1
MEASUREMENT AND PAYMENT....................................................................................... 7
SECTION 3 - IMPLEMENTATION OF BEST MANAGEMENT PRACTICES
3-1 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN ............ 8
3-2 MEASUREMENT AND PAYMENT....................................................................................... 9
SECTION 4 - REMOVAL AND REPLACEMENT OF 4" PORTLAND CEMENT CONCRETE
SIDEWALK
4-1
CONSTRUCTION MATERIAL.............................................................................................. 9
4-2
CONSTRUCTION METHOD..................................................................................................
9
4-3
REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION LINES,
LANDSCAPE FENCES AND OTHER SUCH FACILITIES........................................................
10
4-4
VACANT SITES.......................................................................................................................
11
4-5
SIDEWALK CONCRETE STAMP.......................................................................................
11
4-6
MEASUREMENT AND PAYMENT.....................................................................................
11
SECTION 5 - REMOVAL AND REPLACEMENT OF 4" RESIDENTIAL DRIVEWAY APPROACH
5-1 CONSTRUCTION MATERIAL............................................................................................ 11
5-2 CONSTRUCTION METHOD................................................................................................ 11
5-3 MEASUREMENT AND PAYMENT..................................................................................... 12
F-1
SECTION 6 - REMOVAL AND REPLACEMENT OF 6" COMMERCIAL DRIVEWAY APPROACH
6-1 CONSTRUCTION MATERIAL............................................................................................ 12
6-2 CONSTRUCTION METHOD................................................................................................ 12
6-3 MEASUREMENT AND PAYMENT..................................................................................... 13
SECTION 7 - REMOVAL AND REPLACEMENT OF 6" PORTLAND CEMENT CONCRETE CURB
& GUTTER
7-1 CONSTRUCTION MATERIAL............................................................................................ 13
7-2 CONSTRUCTION METHOD................................................................................................ 13
7-3 REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION LINES,
LANDSCAPE FENCES AND OTHER SUCH FACILITIES........................................................ 14
7-3 OPTIONAL TWO -SACK SLURRY BACKFILL................................................................ 15
7-4 ROOT PRUNING/ROOT SHAVING.................................................................................... 15
7-5 MEASUREMENT AND PAYMENT..................................................................................... 15
SECTION 8 - REMOVAL AND REPLACEMENT OF 8" PORTLAND CEMENT CONCRETE CURB
& GUTTER
8-1 CONSTRUCTION MATERIAL............................................................................................ 15
8-2 CONSTRUCTION METHOD................................................................................................ 16
8-3 REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION LINES,
LANDSCAPE FENCES AND OTHER SUCH FACILITIES........................................................ 17
8-4 OPTIONAL TWO -SACK SLURRY BACKFILL................................................................ 17
8-5 ROOT PRUNING/ROOT SHAVING.................................................................................... 17
8-6 MEASUREMENT AND PAYMENT..................................................................................... 17
SECTION 9 - REMOVAL AND RECONSTRUCTION OF PCC ADA RAMP
9-1
CONSTRUCTION MATERIAL............................................................................................
17
9-2
CONSTRUCTION METHOD................................................................................................
18
9-4
OPTIONAL TWO -SACK SLURRY BACKFILL................................................................
19
9-5
MEASUREMENT AND PAYMENT.....................................................................................
19
SECTION 10 - REMOVAL AND REPLACEMENT OF SPANDREL(S) AND CROSS GUTTER
10-1
CONSTRUCTION MATERIAL............................................................................................
19
10-2
CONSTRUCTION METHOD................................................................................................
19
10-3
MEASUREMENT AND PAYMENT.....................................................................................
20
F-2
PART 2 - CONSTRUCTION METHODS
SECTION 1- MOBILIZATION
The work to be performed consists of the CONTRACTOR furnishing all materials, equipment, tools, labor,
and incidentals necessary for the construction of the proposed project, complete in place in accordance with
the contract drawings and specification and subject to the terms and conditions of the Agreement.
The scope of work under this bid item shall include all costs associated with insurance, bonds, required
permits and fees, moving onto the job (mobilization), preparation of project schedules, supervision,
coordination of concurrent work with utility agencies, and meetings required to perform the work indicated in
the plans and specifications and de -mobilization. The work to be performed includes, but is not limited to
furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and
contract documents for the reconstruction or repair of city sidewalks at various locations throughout the City
of Santa Clarita. See project plans and details for more detailed description of the location of the various
sites.
CONTRACTOR shall provide safe and adequate pedestrian access at all times. Vehicular movement at and
around all construction sites shall be provided and maintained at all times. Approved barriers and signs
(traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTOR to ensure
safety and public access to businesses at all times.
1-1 MEASUREMENT AND PAYMENT
Mobilization will be paid for at the contract lump sum bid price and shall include full compensation for
organizing and moving all forces, supplies, equipment and incidentals to the project site, regardless of the
number of times such moves are made, all preconstruction costs incurred after award of the contract and
demobilization and no additional compensation will be allowed.
1-2 CLEARING AND GRUBBING
Clearing and grubbing shall conform to the provisions of Section 300 of the SSPWC. Clearing and grubbing
shall also include the removal, relocation, adjusting, salvaging and protecting of all facilities and are not
designated as separate bid items. Existing vegetation outside the areas to be cleared and grubbed shall be
protected from injury or damage resulting from the CONTRACTOR's operations. Full compensation for
any necessary clearing and grubbing as specified above, and provided in the specifications, shall be
included in the price bid for items of work required for the construction operations specified for the
completion of this project and no additional compensation will be allowed.
1-3 PRESERVATION OF PUBLIC TREES
The City's Department of Administrative Services, Urban Forestry division professionally manages the
trees located in the public right-of-ways. Tree protection shall include avoiding damage to the above ground
tree trunk, branches and bark, the below ground root system and the surrounding soil. Roots are one of the
most vital parts of a tree and must be protected from needless cutting or changes in their soil environment
caused by compaction that leads to loss of air and water. Roots are the primary structure supporting and
stabilizing the tree in an upright position. Therefore it is critical that all roots over two inches (2") in
diameter be inspected by an Urban Forestry representative and evaluated prior to their removal. Roots
located within the work area shall be protected from compaction, storage of materials or equipment and/or
severing. Protection measures may include fencing, temporary raised bridges for equipment or soil
auguring/tunneling at a minimum depth of thirty-six inches (36") for utility installations. Any damage
above or below ground should be reported to the Urban Forestry Division immediately. Fuel, oil, hydraulic
fluid, grease or any other forms of liquid contaminates shall be stored and placed in an appropriate storage
F-3
location. These contaminates shall not be placed or stored anywhere within the parkway landscape or any
location where landscape is present.
1-3.1 Oak Trees
Oak trees that measure two inches (2") in diameter or larger at fifty-four inches (54") above natural
grade are protected under the City of Santa Clarita Oak Tree Ordinance 89-10 and Preservation and
Protection Guidelines 17.17.090. All work proposed within the protected zone of an oak tree is subject
to approval by the City Oak Tree Specialist or a qualified representative of Urban Forestry. The
"Protected Zone" for oak trees is located five feet (5') beyond the drip line of the entire tree. All work
proposed for within the protected zone of an oak tree shall be completed by hand only.
CONTRACTOR shall protect all oak trees within the project limits which may include having to install
temporary protective fencing around the oak trees as required by the Urban Forestry representative. The
CONTRACTOR is to contact the ENGINEER and Urban Forestry representative before work is to
begin near or around an oak tree protected by City ordinance. All concrete removals shall be done by
hand around oak trees with a two inch (2") or greater diameter trunk. Protection of oak trees shall be
included in the various items of work and no additional compensation will be allowed therefore.
1-3.2 Vacant Sites
The CONTRACTOR shall fill all vacant tree -well locations (tree cut-outs) with soil to eliminate
potential trip hazards after site construction has been completed. The soil shall be compacted and shall
be level with the surrounding concrete or hardscape to eliminate trip hazards.
1-4 URBAN FORESTRY NOTIFICATION, SCHEDULING, & PROCEDURES
1-4.1 No Root Pruning on Fridays
The CONTRACTOR shall contact the City Arborist, Wayne Smith, or a qualified Urban Forestry
representative from the City of Santa Clarita Urban Forestry Division at (661) 294-2566 at least
forty-eight (48) hours in advance to the start of work near any city tree, or the removal of any tree
roots.
The CONTRACTOR shall provide to the City Arborist or Urban Forestry representative a weekly
schedule of concrete breakouts. The breakout schedule shall be submitted to Urban Forestry on
Thursday mornings for the following weeks work. Schedule shall include a start time and finish time
for all breakout days. This will allow for proper scheduling of Urban Forestry staff.
1-4.2 Additional Work Locations
Prior to the CONTRACTOR starting any work in locations added by Contract Change Order or by
Change Notice the CONTRACTOR shall schedule an inspection of the area with the Urban Forestry
Division, to determine any possible impacts to the existing trees. During the inspection, Urban Forestry
will determine if the tree will be root -pruned or removed to accommodate the added work. Urban
Forestry requires at least forty-eight (48) hours' notice to inspect the trees at the additional work sites.
All subsequent work shall follow the procedures as outlined in these contract specifications.
The CONTRACTOR will not be allowed any adjustment in contract time for coordination with the
Urban Forestry Division, Urban Forestry inspection of existing trees, or tree/root pruning, shaving, and
removals done by the City designated arborist.
F-4
1-4.3 Tree Root Pruning
After the removal of displaced hardscape such as sidewalk or curb and gutter, the CONTRACTOR shall
schedule an inspection with Urban Forestry for the tree roots beneath the hardscape. Approval of the
root pruning or cutting must be obtained before the CONTRACTOR starts the work. During this
inspection, the CONTRACTOR will be given direction on how to proceed with the root cutting and or
pruning. The contractor is to have access to a stump grinder at all times. This piece of equipment shall
be onsite every day of the week while performing root pruning on any tree.
After the Urban Forestry inspection the CONTRACTOR will be allowed to remove tree roots less than
two inches (2") in diameter. All roots less than two inches (2") in diameter shall be cut with a sharp axe
or Pulaski and NOT with dull tools.
All roots over two inches (2") in diameter that need removal for hardscape replacement SHALL be
exposed and excavated on top and both sides for inspection by the City Arborist or representative. The
City Urban Forestry inspectors will mark approved roots over two inches (2") in diameter for root
pruning with colored spray paint. The following steps are to be followed for the approved removals for
the marked roots:
• Unless positioned on the street, driveway or sidewalk, no vehicles, heavy equipment, or
construction material shall be permitted within a trees protected zone at any time.
• Locations with trees planted in a traditional parkway shall have the landscape and root system
protected at all times by use of 3/4 inch thick plywood or other approved material.
• Concrete being removed from within the protected zone of a parkway tree shall be
Jack -hammered into smaller pieces and removed by hand. No dragging or scraping pieces of
concrete with excavator or backhoe across the root system as this rips and permanently damages
critical roots necessary for survival and support of the tree.
• Tree roots which are under two (2") inches in diameter may be removed just below the final
grade required for concrete replacement without a required inspection.
• In cases where roots are two (2") inches in diameter or greater, that need to be removed, the
contractor shall give a minimum of 24 hour notice for an inspection. Do not order concrete in
areas where there may be a question regarding root pruning. If the tree has to be removed as a
result, the load of concrete will be rejected at no expense to the City of Santa Clarita. Contractor
shall be required to give Urban Forestry 48 hour's minimum to have the tree scheduled for
removal.
• Any root approved for removal shall be cut clean using proper root pruning device (hand pruners,
loppers, hand saw, chainsaw with carbide tip chain) Axes and Pulaski tools shall be kept sharp at
all times during root pruning. Roots that are left splintered or ripped shall be cut clean prior to
installation of forms and concrete. All root pruning shall be performed to the satisfaction of the
City Arborist.
• The contractor shall give the City Arborist 24 hour prior notice for all tree inspections.
• At no time shall the contractor be permitted to stage any equipment, vehicles, or material within
the protected zone of any tree regardless of ownership.
• At no time shall the contractor be permitted to clean / rinse concrete chutes, equipment or tools
within the protected zone of any tree.
• The contractor shall adhere to the ANSI A300 Standards - Construction Management Standard
Part 5) and the Best Management Practices (BMP's) companion publication "Managing Trees
During Construction" Second Edition. Copies may be obtained through the International Society
of Arboriculture (ISA) website. www.isa-arbor.com
• Ripping or pulling roots out with backhoe or similar methods is not acceptable and will be
considered as damaging the tree.
F-5
Failure to seek approval for root pruning or other non -approved root removal procedures may
require the CONTRACTOR to pay fines, replacement cost of the tree, or the full or a partial tree
value as stated in this specification. Also, failure to call City Arborist for inspection of root
pruning may require concrete or other materials to be removed for evaluation of root pruning
activities at the cost of the CONTRACTOR.
NOTE: Root pruning on both sides of a tree is not allowed without the prior approval from Urban
Forestry.
For roots that are not approved for removal by the Urban Forestry division, the engineer or his
designee may determine an alternate method of sidewalk installation to be used, such as ramping and
meandering around critical root zone areas at no additional cost to the AGENCY.
The CONTRACTOR shall use lx4 form boards (or flexible form boards) that allow for flexibility in
areas where base of tree does not permit the standard width of sidewalk. When and where possible for
tree preservation, the CONTRACTOR shall install a slight curve to allow for root preservation subject
to the engineer and ADA approved widths of sidewalk.
1-4.4 Tree Removals
Any required tree removals will be determined by the City Arborist or Urban Forestry representative
and will be performed by the City designated aborist. The CONTRACTOR is required to work with
the City Arborist or Urban Forestry representative to coordinate tree removals. Whenever possible, tree
removals will be determined at the time the CONTRACTOR provides the City Arborist or Urban
Forestry representative with the weekly breakout schedule. In some cases, the condition of the tree
cannot be determined until the displaced hardscape such as sidewalk or curb and gutter has been
removed. The City Arborist or Urban Forestry representative will make the determination to remove the
tree or not after inspection of roots larger than 2" below the concrete.
1-4.5 Root Shaving
In certain cases, with approval from the City Arborist or representative from Urban Forestry, partial
"root shaving" can be performed without severing the entire root with a stump -grinding machine or an
approved carbide tip power saw.
The root pruning and shaving process shall be as follows. The CONTRACTOR shall selectively
remove the offending roots that have caused hardscape damage. Selective root pruning shall be
performed with either a carbide tipped chain saw, stump grinder machine or other specifically
designed root -pruning equipment approved by the City Arborist. All roots must be clean-cut with
one of the aforementioned tools. Care must be taken while working around each tree so that
unnecessary damage is avoided.
1-4.6 Damage to City Trees
The CONTRACTOR shall be responsible for all costs associated with any tree damages due to their
actions by accidental or negligent damage to the root system or other part of the tree. Costs can include
the lost value of the tree, replacement value of the tree and the removal and/or replacement of damaged
trees. CONTRACTOR shall be responsible for all costs including but not limited to evaluation and
damage reports, the International Society of Arboriculture (ISA) dollar value of the tree and any future
monitoring as a result of injury or damage to a tree.
The City Arborist or a qualified representative from Urban Forestry shall grant permission for any
removal and replacement of any trees, shrubs and other plant material determined to be excessively or
unnecessarily damaged. The costs of all such repairs, removals, replacements and an amount of value
F-6
lost, including damages both above and below ground, shall be the liability of the CONTRACTOR and
may be billed accordingly based on the City's Arborist assessment.
Deviations from the requirements of this subsection will be permitted only upon prior consent of the
City Arborist or a designated representative from Urban Forestry. Failure of the CONTRACTOR to
adhere to the requirements of this subsection will result in damages being sustained by the CITY. Such
damages are, and will continue to be, impracticable and extremely difficult to determine. For each
occurrence of a violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have
withheld from monies due to it, the sum of one -thousand ($1,000) dollars.
Execution of the contract shall constitute agreement by the AGENCY and the CONTRACTOR that
one -thousand dollars ($1,000) per violation is the MINIMUM value of the cost and actual damages
caused, that such sum shall not be construed as a penalty, and that such sum may be deducted from
payments due to the CONTRACTOR.
Full compensation for the preservation of public trees as specified above, and provided in the
specifications, shall be included in the price bid for items of work required for the construction
operations specified for the completion of this project and no additional compensation will be allowed.
SECTION 2 - TRAFFIC CONTROL
Traffic Control includes all costs for installation and maintenance of traffic control and temporary signing and
striping if necessary, including flagmen, signing barricades, temporary pavement or steel plates and
temporary facilities required for the safe handling of pedestrian and vehicular traffic for twenty-four (24)
hours per calendar day in accordance with the Southern California Chapter of the APWA, Work Area Traffic
Control Handbook (WATCH manual), 2018 edition.
All materials necessary to control traffic shall be in place per the Work Area Traffic Control Handbook
(WATCH manual) for the duration of the work. This includes, but is not limited to, traffic cones, delineators,
reflectors, temporary striping and marking, traffic barriers (k-rail), and temporary traffic signs and signals if
needed.
At no time shall any roadway that is to be repaired as part of this project be closed to traffic, pedestrian or
vehicular, without prior consent of the City Engineer.
2-1 MEASUREMENT AND PAYMENT
Maintaining and controlling traffic will be paid for at the contract lump sum bid price. The contract price
and payment shall include all costs for installation and maintenance of traffic control and temporary signing
and striping if necessary, including flagmen, signing barricades, temporary pavement or steel plates and
temporary facilities required for the safe handling of pedestrian and vehicular traffic for twenty-four (24)
hours per calendar day for the duration of the work. No additional compensation will be allowed.
SECTION 3 - IMPLEMENTATION OF BEST MANAGEMENT PRACTICES
Best Management Practices shall be defined as any program, technology, process, sitting criteria, operating
method, measure or device which controls, prevents, removes or reduces pollution. The CONTRACTOR
shall obtain and refer to the California Storm Water Best Management Practice Handbooks, Construction
BMP Handbook, latest edition.
CONTRACTOR is responsible to stack sandbags to create a barrier around catch basins or storm drain inlets
of affected sites to detain sediment laden water, debris, trash and nuisance water prior to the start of the
removal and replacement of required work. The CONTRACTOR shall have a minimum of one readily
F-7
accessible copy of this publication on the project site at all times, for the prime and each of the
SUBCONTRACTORS.
The CONTRACTOR shall implement the following BMPs in conjunction with all its activities and
construction operations.
MATERIAL MANAGEMENT
CA 010 Material Delivery and Storage
CA 011 Material Use
CA 012 Spill Prevention and Control
WASTE MANAGEMENT
CA 020 Solid Waste Management
CA 021 Hazardous Waste Management
CA 022 Contaminated Soil Management
CA 023 Concrete Waste Management
VEHICLE AND EQUIPMENT MANAGEMENT
CA 030 Vehicle and Equipment Cleaning
CA 031 Vehicle and Equipment Fueling
CA 032 Vehicle and Equipment Maintenance
PHYSICAL STABILIZATION
ESC 021 Dust Control
ESC 023 Construction Road Stabilization
ESC 024 Stabilized Construction Entrance
SEDIMENT TRAPPING
ESC 051 Straw Bale Barrier
ESC 052 Sand Bag Barrier
ESC 054 Storm Drain Inlet Protection
Additional BMPs may be required as a result of a change in actual field conditions, CONTRACTOR
activities, or construction operations. When more than one BMP is listed under each specific BMP category,
the CONTRACTOR shall select the appropriate and necessary number of BMPs within each category in order
to achieve the BMP objective.
BMPs for CONTRACTOR activities shall be continuously implemented throughout the year. BMPs for
erosion control and sedimentation shall be implemented prior to the commencement of any
CONTRACTOR activity or construction operation which may produce run-off, and whenever runoff from
other sources may occur.
The AGENCY, as apermittee, is subject to enforcement actions by the State Water Resources Control Board,
Environmental Protection Agency (EPA) and private citizens. The AGENCY will assess the CONTRACTOR
with liquidated damages of five -hundred dollars ($500) for each calendar day that CONTRACTOR has not
fully implemented the BMPs specified for the project and/or is otherwise in noncompliance with these
provisions. In addition, the AGENCY will deduct, from the final payment due the CONTRACTOR, the total
amount of any fines levied on the AGENCY, plus legal and staff costs, as a result of the CONTRACTOR's
lack of compliance with these provisions and/or less than complete implementation of the specified BMPs.
3-1 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN
F-8
The CONTRACTOR shall comply with the City's Construction and Demolition Ordinance per the
California Integrated Waste Management Act of 1989, commonly referred to as Assembly Bill 939 (AB
939). This requires that at least fifty percent (50%) of all construction and demolition materials and inert
wastes from construction, demolition and grading projects be diverted from landfills.
Prior to start of construction, the CONTRACTOR shall submit a Construction and Demolition Materials
Management Plan ("C&DMMP"), to the City's Director of Public Works, or the Director's Designee for
approval. The Notice to Proceed shall not be issued until the C&DMMP has been approved by the City's
Director of Public Works, or the Director's Designee. The completed C&DMMP, at a minimum, shall
comply with Section 15.46.300 of the City's Municipal Code.
The following conditions must be met in order to obtain approval of the C&DMMP: (1) the C&DMMP
provides all of the information set forth in Sections 15.46.300, 15.46.310, and 15.46.320 of the City's
Municipal Code; (2) the C&DMMP indicates that the Diversion Requirement will be met.
PART 6
15.46.610 DOCUMENTATION OF CONSTRUCTION AND DEMOLITION MATERIAL DIVERSION.
Applicants shall make reasonable efforts to ensure that all C&D materials diverted or delivered to disposal
facilities for disposal, are measured and recorded using the most accurate method of measurement
reasonably available. To the extent practical, all C&D materials, and Inert Waste to be removed from the
waste stream and not disposed of in a solid waste landfill, shall be weighed on scales. Such scales shall be
in compliance with all regulatory requirements for accuracy and maintenance. For C&D materials for which
weighing are not practical due to small size or other considerations, a volumetric measurement shall be
used. For conversion of volumetric measurements to weight, the Applicant shall use standardized
Conversion Rates approved by the City for this purpose. Documentation of the foregoing shall consist of
photocopies of receipts, weight tickets, gate tickets, and other records from recycling facilities,
deconstruction CONTRACTORS, solid waste enterprises, and disposal facilities.
3-2 MEASUREMENT AND PAYMENT
Implementing and maintaining BMPs will be paid for at the contract lump sum bid price. Full compensation
for the Storm Water implementation of BMPs, including the furnishing, placement and removal, of all
necessary labor, equipment, and materials for adherence to the requirements for Storm Water
implementation of BMPs and the Construction and Demolition Materials Management Plan shall be
included in the lump sum bid price. No additional compensation will be allowed.
SECTION 4 - REMOVAL AND REPLACEMENT OF 4" PORTLAND
CEMENT CONCRETE SIDEWALK
4-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the
requirements set forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall
comply with the requirements as set forth by section 201-4.1 of the SSPWC.
4-2 CONSTRUCTION METHOD
All work shall be completed per sections 300 and 303 of the SSPWC.
F-9
Existing sidewalk shall be removed in accordance with Section 300-1 of the SSPWC and the sidewalk is to
be reconstructed in conformance to the provisions of Section 303-5 of the SSPWC and per APWA Standard
Plan Nos. 112-2 and 113-2.
All removal and replacement areas of sidewalk shall be marked at the sites by the AGENCY. At locations
where asphalt concrete has been placed over existing sidewalk to eliminate grade differences, the existing
asphalt concrete shall be removed and the sidewalk cleaned prior to construction of the new sidewalk. For
the existing sidewalk to be removed, all edges shall be neatly saw cut. CONTRACTOR is to wet saw cut all
concrete. When removing concrete sidewalks, sidewalks shall be removed to the nearest tooled or
expansion joint. CONTRACTOR shall be responsible for all edges to be neatly sawed cut and protected
against any damage. The cut edges shall be cleaned and kept moist during pouring to insure a good bond
with new concrete.
After concrete has been removed from the marked locations, the CONTRACTOR is to notify the Urban
Forestry inspector and/or arborist to determine what roots greater than two inches (2") can be pruned or if
the tree is to be removed from that location. No additional time or compensation will be granted to the
CONTRACTOR due to any delays incurred for the City's determination of the tree status.
Sidewalk grade shall be flush with existing walk on either side of the areas to be removed and replaced.
Generally, all slopes shall be straight graded. All sidewalks shall be constructed to drain so that no low
spots are constructed where puddling or ponding might occur. Cross slopes shall match existing sidewalks
that are to remain on either side of the reconstructed areas.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
The sidewalk shall consist of four inches (4") of PCC struck off and floated so that all course aggregate is
well below the surface. The concrete shall be thoroughly spaded or worked until the mortar entirely covers
the surface and all honeycomb voids are eliminated. Correct honeycombed areas by filling with mortar
composed of a 1:2 mixture by volume of cement and sand. Plastering will not be permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing surrounding
sidewalk. The allowable variation shall be one -eighth inch (1/8") in ten feet (10') transversely and
longitudinally. All joints and edges shall be finished with an edging tool.
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
To minimize inconvenience to traffic and the public in general, the CONTRACTOR shall schedule the
concrete placement to be no more than one (1) day behind the removal operation. Safe and adequate
pedestrian and vehicular movement at and around all construction sites shall be provided and maintained at
all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and
utilized by the CONTRACTOR to ensure public safety at all times.
4-3 REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION LINES,
LANDSCAPE FENCES AND OTHER SUCH FACILITIES
F-10
Existing mail boxes, drainage culverts, irrigation lines, fences, and the like shall not be damaged or
disturbed unless necessary, in which case, they shall be replaced in as good a condition as found as quickly
as possible. Existing materials shall be re -used in replacing such facilities when materials have not been
damaged by the CONTRACTOR's operations. Existing facilities damaged by the CONTRACTOR's
operation shall be replaced with new materials of the same type at the CONTRACTOR's expense.
Liquidated damages will incur if repairs are not completed within seventy-two (72) hours, the Contractor
shall pay to the Agency, or have withheld from monies due it, the sum of $500 per calendar day.
4-4 VACANT SITES
The CONTRACTOR shall fill all vacant tree -well locations (tree cut-outs) with soil to eliminate potential
trip hazards after site construction has been completed. The soil shall be compacted and shall be level with
the surrounding concrete or hardscape to eliminate trip hazards.
4-5 SIDEWALK CONCRETE STAMP
City will provide ten (10) polyurethane concrete stamps, either 48"x36" or 24"xl8" in measurements. The
CONTRACTOR shall be required to stamp at ten (10) different locations chosen by the Engineer. Concrete
stamp must show clean and clear verbiage and shall be approved by the Engineer. CONTRACTOR shall be
responsible to remove and replace PCC sidewalk at no cost to the CITY, if concrete stamp is not legible.
Any equipment, labor, material necessary to complete this work shall be incidental to construction of PCC
sidewalk. No additional compensation will be allowed for this task.
4-6 MEASUREMENT AND PAYMENT
Measurement and payment for concrete sidewalk will be measured by the square foot of finished surface
completed in place. The area shall be obtained by surface measurements. Payment shall include existing
concrete wet saw cutting and removal, subgrade preparation, compaction of existing base material if
needed, backfilling, re -vegetation of parkway area if damaged, irrigation system restoration and all
materials, tools, equipment, forms and labor necessary to perform the work. No additional compensation
will be allowed.
SECTION 5 - REMOVAL AND REPLACEMENT OF 4" RESIDENTIAL
DRIVEWAY APPROACH
5-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with
the requirements as set forth by section 201-4.1 of the SSPWC.
5-2 CONSTRUCTION METHOD
Existing residential drive approach shall be removed in accordance with Section 300-1 of the
SSPWC and is to be reconstructed in conformance to the provisions of Section 303-5 of the
SSPWC and per APWA Standard Plan No. 113-2.
The limits of removal and replacement for drive approach will be from back of curb to the front edge of the
sidewalk except where the sidewalk is adjacent to the curb. In those circumstances, removal and
replacement will be from the back of curb to the back of sidewalk.
F-11
After concrete has been removed from the marked locations, the CONTRACTOR is to notify the Urban
Forestry inspector and/or arborist to determine what roots greater than two inches (2") can be pruned or if
the tree is to be removed from that location. No additional time or compensation will be granted to the
CONTRACTOR due to any delays incurred for the City's determination of the tree status.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
The residential drive approach shall consist of four inches (4") of PCC struck off and floated so that all
course aggregate is well below the surface. The concrete shall be thoroughly spaded or worked until the
mortar entirely covers the surface and all honeycomb voids are eliminated. Correct honeycombed areas by
filling with mortar composed of a 1:2 mixture by volume of cement and sand. Plastering will not be
permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing surrounding
concrete. All joints and edges shall be finished with an edging tool.
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
5-3 MEASUREMENT AND PAYMENT
Residential driveway approach will be measured by the square foot of finished surface completed in place.
The area shall be obtained by surface measurements. Payment for removal and replacement of residential
driveway approach shall include existing concrete removal, subgrade preparation, wet saw cutting, re -
compact existing base material if needed, re -vegetation of parkway area if damaged and irrigation system
restoration and all materials, tools, equipment, forms and labor necessary to perform the work. No
additional compensation will be allowed.
SECTION 6 - REMOVAL AND REPLACEMENT OF 6" COMMERCIAL
DRIVEWAY APPROACH
6-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with the
requirements as set forth by section 201-4.1 of the SSPWC.
6-2 CONSTRUCTION METHOD
Existing commercial drive approach shall be removed in accordance with Section 300-1 of the SSPWC and
is to be reconstructed in conformance to the provisions of Section 303-5 of the SSPWC and per APWA
Standard Plan Nos. 110-2, Type B or C as required and 113-2.
After concrete has been removed from the marked locations, the CONTRACTOR is to notify the Urban
Forestry inspector and/or arborist to determine what roots greater than two inches (2") can be pruned or if
F-12
the tree is to be removed from that location. No additional time or compensation will be granted to the
CONTRACTOR due to any delays incurred for the City's determination of the tree status.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
The drive approach shall consist of six inches (6") of PCC and six inches (6") of crushed aggregate base
(CAB) compacted in accordance with Section 301-2 of the SSPWC, struck off and floated so that all course
aggregate is well below the surface. The concrete shall be thoroughly spaded or worked until the mortar
entirely covers the surface and all honeycomb voids are eliminated. Correct honeycombed areas by filling
with mortar composed of a 1:2 mixture by volume of cement and sand. Plastering will not be permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing sidewalk. All
joints and edges shall be finished with an edging tool.
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
6-3 MEASUREMENT AND PAYMENT
Commercial driveway approach will be measured by the square foot of finished surface completed in place.
The area shall be obtained by surface measurements. Commercial driveways shall include six inches (6") of
crushed aggregate base (CAB). Payment for removal and replacement of commercial driveway approach
shall include existing concrete removal, subgrade preparation, wet saw cutting, re -compaction of existing
base material if needed, installation and compaction of new CAB, re -vegetation of parkway area if damaged
and irrigation system restoration and all materials, tools, equipment, forms and labor necessary to perform
the work. No additional compensation will be allowed.
SECTION 7 - REMOVAL AND REPLACEMENT OF 6" PORTLAND
CEMENT CONCRETE CURB & GUTTER
7-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with
the requirements as set forth by section 201-4.1 of the SSPWC.
Asphalt concrete finished course shall be Type III-C2-PG-64-10.
7-2 CONSTRUCTION METHOD
Curb and gutter shall be removed in accordance with Section 300-1 of the SSPWC and is to be
reconstructed in conformance to the provisions of Section 303-5 of the SSPWC and per APWA Standard
Plan No. 120-2 (A2-6 and A2-8).
F-13
All curb and gutter shall be placed independently of street and sidewalk pavement. The existing asphalt
cross fall shall not change and the proposed edge of gutter shall retain the same elevation as the existing
asphalt cross fall.
In the locations where the curb and gutter are to be removed, where the CONTRACTOR cannot make a
clean edge saw cut next to existing asphalt, a one foot (F) section of asphalt is to be removed and replaced
along the span. The existing asphalt cross fall shall not change and the edge of asphalt shall be at the same
grade as the gutter edge.
Asphalt concrete finished course shall comply with Section 203-1 of the SSPWC.
CONTRACTOR is to re -compact existing crushed aggregate base (CAB) or new CAB, if required, in
accordance with Section 301-2 of the SSPWC. CONTRACTOR can also use optional slurry backfill. Any
equipment, labor, material necessary to complete this work shall be incidental to construction of PCC
sidewalk. No additional compensation will be allowed for this task.
After concrete has been removed from the marked locations, the CONTRACTOR is to notify the Urban
Forestry inspector and/or arborist to determine what roots greater than two inches (2") can be pruned or if
the tree is to be removed from that location. No additional time or compensation will be granted to the
CONTRACTOR due to any delays incurred for the City's determination of the tree status.
Curb and gutter concrete shall not be placed until the subgrade has been inspected and approved by the
Engineer or the City inspector. CONTRACTOR shall be responsible for flow testing finished grade.
CONTRACTOR survey services will be required in connection with the laying out of any portion of the
work. CONTRACTOR shall be responsible for maintaining/repairing flow line by conducting own survey.
All work shall conform to the appropriate elevations and grades to maintain water flow. The City standard
for minimum slope of all flow lines is 0.5 percent.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
The curb and gutter shall be six inches (6") or eight inches (8") to match existing and six inches (6") of
crushed miscellaneous base (CMB) compacted in accordance with Section 301-2 of the SSPWC. Concrete
shall be struck off and floated so that all course aggregate is well below the surface. The concrete shall be
thoroughly spaded or worked until the mortar entirely covers the surface and all honeycomb voids are
eliminated. Correct honeycombed areas by filling with mortar composed of a 1:2 mixture by volume of
cement and sand. Plastering will not be permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing curb and
gutter. The top and face of all curbing shall be finished while the concrete is still green by wetting and
rubbing with a soft brick or wooden block. All joints and edges shall be rounded with an edging tool having
a radius of three -eighths (3/8) inch.
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
7-3 REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION
LINES, LANDSCAPE FENCES AND OTHER SUCH FACILITIES
F-14
Existing mail boxes, drainage culverts, irrigation lines, fences, and the like shall not be damaged or
disturbed unless necessary, in which case, they shall be replaced in as good a condition as found as quickly
as possible. Existing materials shall be re -used in replacing such facilities when materials have not been
damaged by the CONTRACTOR's operations. Existing facilities damaged by the CONTRACTOR's
operation shall be replaced with new materials of the same type at the CONTRACTOR's expense.
Liquidated damages will incur if repairs are not completed within seventy-two (72) hours, the Contractor
shall pay to the Agency, or have withheld from monies due it, the sum of $500 per calendar day.
7-3 OPTIONAL TWO -SACK SLURRY BACKFILL
When work is accomplished in the field for removal and replacement of curb and gutter, a one foot (1')
wide slot in the asphalt road adjacent to the gutter is used to make room for the forms. The CONTRACTOR
at his option may fill the slot within two inches (2") of the surface, with 2-sack slurry, and then the
remaining two inches (2") of the slot will be capped to the existing road surface with asphalt and compacted
per Section 302-5 of the SSPWC to match the existing grade and the new gutter edge.
7-4 ROOT PRUNING/ROOT SHAVING
The root pruning/shaving approval process shall be the same for curb and gutter as it is for the sidewalk
replacement that has tree roots within the removal area.
Where trees are present near curb removals, the root systems on the curbside shall be cut not more than four
inches (4") from the back edge of the new curb.
7-5 MEASUREMENT AND PAYMENT
Curb and gutter for Type A2-6 and Type A2-8 will be measured by the lineal foot of finished surface
completed in place. The concrete curb and gutter will be measured along the roadway at the finished grade
elevation. Curb and gutter shall include six inches (6") of crushed miscellaneous base (CMB). Payment for
removal and replacement of curb and gutter shall include incidental excavation, subgrade preparation,
survey/construction staking, any necessary backfilling, expansion joint material, re -compaction of existing
base, installation of new CMB and root pruning or root shaving. The removal and replacement of one foot
(1') wide asphalt concrete pavement section for curb and gutter shall be included under Bid Item No.7 and
shall entail excavation and removal of existing asphalt, subgrade preparation, CAB or slurry backfill,
compaction and all materials, tools, equipment and labor necessary to perform the work. No additional
compensation will be allowed. The CONTRACTOR will be required to repaint curb address, painted curbs,
utility service line markings or other markings on the new curb if improvement existed prior to start of
work, re -vegetation of parkway area if damaged and irrigation system restoration and all materials, tools,
equipment, forms and labor necessary to perform the work. No additional compensation will be allowed.
SECTION 8 - REMOVAL AND REPLACEMENT OF 8" PORTLAND
CEMENT CONCRETE CURB & GUTTER
8-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with
the requirements as set forth by section 201-4.1 of the SSPWC.
Asphalt concrete finished course shall be Type III-C2-PG-64-10.
F-15
8-2 CONSTRUCTION METHOD
Curb and gutter shall be removed in accordance with Section 300-1 of the SSPWC and is to be
reconstructed in conformance to the provisions of Section 303-5 of the SSPWC and per APWA Standard
Plan No. 120-2 (A2-6 and A2-8).
All curb and gutter shall be placed independently of street and sidewalk pavement. The existing asphalt
cross fall shall not change and the proposed edge of gutter shall retain the same elevation as the existing
asphalt cross fall.
In the locations where the curb and gutter are to be removed, where the CONTRACTOR cannot make a
clean edge saw cut next to existing asphalt, a one -foot (l') section of asphalt is to be removed and replaced
along the span. The existing asphalt cross fall shall not change and the edge of asphalt shall be at the same
grade as the gutter edge.
Asphalt concrete finished course shall comply with Section 203-1 of the SSPWC.
CONTRACTOR is to re -compact existing crushed aggregate base (CAB) or new CAB, if required, in
accordance with Section 301-2 of the SSPWC. CONTRACTOR can also use optional slurry backfill. Any
equipment, labor, material necessary to complete this work shall be incidental to construction of PCC
sidewalk. No additional compensation will be allowed for this task.
After concrete has been removed from the marked locations, the CONTRACTOR is to notify the Urban
Forestry inspector and/or arborist to determine what roots greater than two inches (2") can be pruned or if
the tree is to be removed from that location. No additional time or compensation will be granted to the
CONTRACTOR due to any delays incurred for the City's determination of the tree status.
Curb and gutter concrete shall not be placed until the subgrade has been inspected and approved by the
Engineer or the City inspector. CONTRACTOR shall be responsible for flow testing finished grade.
CONTRACTOR survey services will be required in connection with the laying out of any portion of the
work. CONTRACTOR shall be responsible for maintaining/repairing flow line by conducting own survey.
All work shall conform to the appropriate elevations and grades to maintain water flow. The City standard
for minimum slope of all flow lines is 0.5 percent.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
The curb and gutter shall be six inches (6") or eight inches (8") to match existing and six inches (6") of
crushed miscellaneous base (CMB) compacted in accordance with Section 301-2 of the SSPWC. Concrete
shall be struck off and floated so that all course aggregate is well below the surface. The concrete shall be
thoroughly spaded or worked until the mortar entirely covers the surface and all honeycomb voids are
eliminated. Correct honeycombed areas by filling with mortar composed of a 1:2 mixture by volume of
cement and sand. Plastering will not be permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing curb and
gutter. The top and face of all curbing shall be finished while the concrete is still green by wetting and
rubbing with a soft brick or wooden block. All joints and edges shall be rounded with an edging tool having
a radius of three -eighths (3/8) inch.
F-16
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
8-3 REPLACEMENT OF EXISTING MAIL BOXES, CULVERTS, IRRIGATION
LINES, LANDSCAPE FENCES AND OTHER SUCH FACILITIES
Existing mail boxes, drainage culverts, irrigation lines, fences, and the like shall not be damaged or
disturbed unless necessary, in which case, they shall be replaced in as good a condition as found as quickly
as possible. Existing materials shall be re -used in replacing such facilities when materials have not been
damaged by the CONTRACTOR's operations. Existing facilities damaged by the CONTRACTOR's
operation shall be replaced with new materials of the same type at the CONTRACTOR's expense.
Liquidated damages will incur if repairs are not completed within seventy-two (72) hours, the Contractor
shall pay to the Agency, or have withheld from monies due it, the sum of $500 per calendar day.
8-4 OPTIONAL TWO -SACK SLURRY BACKFILL
When work is accomplished in the field for removal and replacement of curb and gutter, a one foot (1')
wide slot in the asphalt road adjacent to the gutter is used to make room for the forms. The CONTRACTOR
at his option may fill the slot within two inches (2") of the surface, with 2-sack slurry, and then the
remaining two inches (2") of the slot will be capped to the existing road surface with asphalt and compacted
per Section 302-5 of the SSPWC to match the existing grade and the new gutter edge.
8-5 ROOT PRUNING/ROOT SHAVING
The root pruning/shaving approval process shall be the same for curb and gutter as it is for the sidewalk
replacement that has tree roots within the removal area.
Where trees are present near curb removals, the root systems on the curbside shall be cut not more than four
inches (4") from the back edge of the new curb.
8-6 MEASUREMENT AND PAYMENT
Curb and gutter for Type A2-6 and Type A2-8 will be measured by the lineal foot of finished surface
completed in place. The concrete curb and gutter will be measured along the roadway at the finished grade
elevation. Curb and gutter shall include six inches (6") of crushed miscellaneous base (CMB). Payment for
removal and replacement of curb and gutter shall include incidental excavation, subgrade preparation,
survey/construction staking, any necessary backfilling, expansion joint material, re -compaction of existing
base, installation of new CMB and root pruning or root shaving. The removal and replacement of one foot
(1') wide asphalt concrete pavement section for curb and gutter shall be included under Bid Item No.8 and
shall entail excavation and removal of existing asphalt, subgrade preparation, CAB or slurry backfill,
compaction and all materials, tools, equipment and labor necessary to perform the work. No additional
compensation will be allowed. The CONTRACTOR will be required to repaint curb address, painted curbs,
utility service line markings or other markings on the new curb if improvement existed prior to start of
work, re -vegetation of parkway area if damaged and irrigation system restoration and all materials, tools,
equipment, forms and labor necessary to perform the work. No additional compensation will be allowed.
SECTION 9 - REMOVAL AND RECONSTRUCTION OF PCC ADA RAMP
9-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
F-17
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with
the requirements as set forth by section 201-4.1 of the SSPWC.
Asphalt concrete finished course shall be Type III-C2-PG-64-10.
Truncated Domes (black in color) shall be one of the following:
1. Armorcast, Replaceable (Wet Set) Panel, 818-982-3600, to be installed per manufacturer's
specifications.
2. ADA Solutions, Cast -In -Place Replaceable Tactile (Wet -Set ), 800-372-0519, to be installed per
manufacturer's specifications.
3. Access Tile, Cast In Place Replaceable (Wet Set), 888-679-4022, to be installed per manufacturer's
specifications.
Prior to ordering the product, the CONTRACTOR shall contact Erven Jaramilla (City of Santa
Clarita), at (661) 255-4344, to confirm that the detectable warning tile is correct.
9-2 CONSTRUCTION METHOD
All work shall be completed per sections 300 and 303 of the SSPWC.
Existing sidewalk and curb and gutter shall be removed in accordance with Section 300-1 of the SSPWC
and the curb ramp and curb and gutter is to be reconstructed in conformance to the provisions of Section
303-5 of the SSPWC and per APWA Standard Plan Nos. 111-5 and 120-2.
All curb ramps shall meet current Americans with Disabilities Act (ADA) guidelines. The curb ramp limits
will be from beginning of curb return to end of curb return. The ramp shall include the construction of the
curb and gutter from beginning of curb return to end of curb return. At locations where there is existing
spandrel(s) and cross gutter to be removed and replaced, the curb and gutter shall be included under Bid
Item No.10 and the curb and gutter quantity will be deducted from the spandrel(s) and cross gutter quantity.
The deduction will include the lineal foot of curb and gutter times two feet (2') of width. The normal gutter
line shall be maintained through the area of the curb ramp. Curb ramps shall not be less than forty-eight
inches (48") wide and shall not have a slope greater than one inch (I") per twelve inches (12") in length.
Curb ramps should be located within marked limits of crosswalks.
In the locations where the curb & gutter, spandrel(s), and cross gutter are to be removed, where the
CONTRACTOR cannot make a clean edge saw cut next to existing asphalt, a one foot (1') section of
asphalt is to be removed and replaced along the span. The existing asphalt cross fall shall not change and
the edge of asphalt shall be at the same grade as the gutter edge.
Asphalt concrete finished course shall comply with Section 203-1 of the SSPWC.
CONTRACTOR is to re -compact existing crushed aggregate base (CAB) or new CAB, if required, in
accordance with Section 301-2 of the SSPWC. CONTRACTOR can also use optional slurry backfill. Any
equipment, labor, material necessary to complete this work shall be incidental to construction of PCC
sidewalk. No additional compensation will be allowed for this task.
After the subgrade has been prepared, it shall be moistened before the concrete is placed. Forms shall be of
wood or metal and of a depth equal to the thickness of the concrete course. They shall be free from warp
and shall be of sufficient strength when staked to hold the alignment during concrete placing and finishing
operations. Prior to concrete pour, forms shall be cleaned and oiled. Flexible or curved forms may be used
as necessary, in order to prevent a chord effect in the alignment of the finished work.
F-18
The curb ramp shall be struck off and floated so that all course aggregate is well below the surface. The
concrete shall be thoroughly spaded or worked until the mortar entirely covers the surface and all
honeycomb voids are eliminated. Correct honeycombed areas by filling with mortar composed of a 1:2
mixture by volume of cement and sand. Plastering will not be permitted.
After the surface has been thoroughly floated, the concrete shall be finished to a smooth surface, presenting
a uniform texture and color and be given a final broom finish of a type similar to the existing sidewalk and
curb and gutter.
All fresh PCC surfaces shall be protected from weather and from graffiti. Any damage to new PCC surface
shall be repaired or replaced to the satisfaction of ENGINEER or his designees, at no additional cost to the
AGENCY.
9-4 OPTIONAL TWO -SACK SLURRY BACKFILL
When work is accomplished in the field for removal and replacement of curb and gutter and spandrel(s) and
cross gutters, a one foot (1') wide slot in the asphalt road adjacent to the gutter is used to make room for the
forms. The CONTRACTOR at his option may fill the slot within two inches (2") of the surface, with 2-sack
slurry, and then the remaining two inches (2") of the slot will be capped to the existing road surface with
asphalt and compacted per Section 302-5 of the SSPWC to match the existing grade and the new gutter
edge.
9-5 MEASUREMENT AND PAYMENT
Curb ramps shall be paid for at the contract unit price per each. The curb ramp limit will be from beginning
of curb return to end of curb return. Payment shall include removal of existing sidewalk and curb and
gutter, excavation and subgrade preparation, the construction of the curb ramp consisting of new 4" PCC
sidewalk and new curb and gutter placed separately, the installation of the tactile tiles and all materials,
tools, equipment, forms and labor necessary to perform the work. No additional compensation will be
allowed. The removal and replacement of one foot (1') wide asphalt concrete pavement section for curb and
gutter and spandrel(s) and cross gutter shall be included under Bid Item No.9 and shall entail excavation
and removal of existing asphalt, subgrade preparation, CAB or slurry backfill, compaction and all materials,
tools, equipment and labor necessary to perform the work. No additional compensation will be allowed.
SECTION 10 - REMOVAL AND REPLACEMENT OF SPANDREL(S) AND
CROSS GUTTER
10-1 CONSTRUCTION MATERIAL
Portland Cement Concrete (PCC) shall be Type II 520-C-2500 and shall comply with the requirements set
forth in section 201-1 of the SSPWC and the current ACI code.
Concrete curing compound shall be Type 1-D, clear or translucent with fugitive dye and shall comply with
the requirements as set forth by section 201-4.1 of the SSPWC.
10-2 CONSTRUCTION METHOD
Existing spandrel(s) and cross gutter shall be removed in accordance with Section 300-1 of the SSPWC and
is to be reconstructed in conformance to the provisions of Section 303-5 of the SSPWC and per APWA
Standard Plan No. 122-2.
F-19
Spandrel(s) and cross gutters shall be placed independently of street pavement. The existing asphalt cross
fall shall not change and the proposed edge of gutter shall retain the same elevation as the existing asphalt
cross fall. The concrete spandrels and cross gutter shall be constructed at eight inches (8") thick.
Concrete shall not be placed until the subgrade has been inspected and approved by the Engineer or the City
inspector. CONTRACTOR shall be responsible for flow testing finished grade. CONTRACTOR survey
services will be required in connection with the laying out of any portion of the work. CONTRACTOR
shall be responsible for maintaining and repairing flow line by conducting own survey. All work shall
conform to the appropriate elevations and grades to maintain water flow. The City standard for minimum
slope of all flow lines is 0.5 percent.
After the subgrade has been prepared, it should be moistened before the concrete is placed. During
placement, the concrete shall be thoroughly spaded or worked until the mortar entirely covers the surface
and all honeycomb and voids are eliminated. The concrete shall be placed in such a manner that no concrete
will have reached its initial set before the following layer is placed. The surfaces shall be struck off and
floated so that all coarse aggregate is well below the surface.
The top surfaces of the spandrels and cross gutters shall be given a uniform float finish. All honeycombed
areas shall be corrected by filing with mortar, composed of a 1:2 mixture by volume of cement and sand.
Plastering will not be permitted. The concrete shall be finished to a smooth surface, presenting a uniform
texture and color and be given a final broom finish.
CONTRACTOR shall not block the street access to the residents on both sides of the street at one time. All
work shall be completed on one side of the street before work starts on the other side.
10-3 MEASUREMENT AND PAYMENT
Spandrel(s) and cross gutter will be measured by the square foot of finished surface completed in place. The
area shall be obtained by surface measurements. The spandrel(s) limit will be from per the APWA standard
plan. Payment shall include removal of existing spandrel(s), cross gutter and curb and gutter, incidental
excavation, subgrade preparation and saw cutting, and construction of the spandrel(s), cross gutter and curb
and gutter and all materials, tools, equipment, forms and labor necessary to perform the work. No additional
compensation will be allowed.
F-20
w^
�at�lt�������lt
��
,�r
2020 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN FORM
1„�
If you have any questions, please contact the Environmental Services Division at (661) 286-4098
Project Information
Contact Information
Name:
Name:
Address:
Phone:
Permit:
Email:
Inert Materials (concrete, sand,
dirt, clean fill, rock, gravel, etc.)
RecycV Reuse?,
Est.
quantity
in tons
Recycling Method/FranchisedHauler
Total
Other Construction & Demolition
Materials (wood, metal, drywall,
carpet, cardboard, etc.)
Recycl&?' Reuse?
Est.
quantity
(in trans)
Recycling Method/FranchisedHauler
Total
Land 'Clearing Debris (sand, .dirt,
clean fill, ruck, gravel ;trees,
stumps, vegetation, etc.)
Clor CA Green Building
Standards Code, 1000/odf land
clearing debris most be reused
or recycled for non-residential
projects.
Est.
quantity
(in tons)
Recycling Method/FranchisedHauler
Total
The City of Santa Clarita's Construction & Demolition Recycling Ordinance (05-09) requires all demolition projects, all commercial
construction projects of new construction or additions over 1,000 square feet and all tenant improvements, alterations or new
construction valued over $200,000, all new residential construction projects, and all residential additions and improvements that increase
building area, volume, or size to recycle a minimum of 65 percent (65%) of all inert materials and 65 percent (65%) of all other materials.
There is a deposit required which is calculated at two percent (2%) of the highest valuation or $15,000 (whichever is less) for
construction projects, and ten percent (10%) or $15,000 (whichever is less) for demolition projects.
Pursuant to 2013 California Green Building Standards Code, 100 percent of trees, stumps, rocks, and associated vegetation and soils
resulting primarily from land clearing shall be reused or recycled. For a phased project, such material may be stockpiled on site until the
storage site is developed. " If contamination by disease or pest infestation is suspected, contact the County Agricultural Commissioner
and follow its direction for recycling or disposal of the material.
It is the responsibility of the applicant to ensure the recycling requirements are met by working closely with the approved waste
hauler(s). Please make sure you keep records from your waste hauler(s) or weight tickets from the C&D recycling center/landfill. These
records will be necessary to prove your recycling tonnages and will be required to have your deposit returned at the end of the project.
Please note deposits take up to three weeks to be refunded.
Signature
CITY STAFF USE ONLY
Project type:
New commercial structure New residential structure
Commercial project > $200,000 Residential renovation/alteration
Commercial project >J'000ft2 --dDemolition
Date
(Total Amount Due:
Pre -construction survey:
1) Will materials be sorted on -site or mixed for
transportation to a diversion facility?
2) Do you employ any construction methods to reduce
the amount of waste generated on the project?
Examples: salvage useful materials, advanced framing, etc.
❑ Sorted on -site ❑ Co -mingled or mixed
❑ Yes (describe below) ❑ No
Post -construction 113011h kerns urniusV be cornlplOed ?urllor W reqiijesding 01he Js1?sslk urefi ind.
1) Has the project received a final inspection with a City
Building & Safety Inspector?
2) Have you collected all weight tickets or diversion
reports to submit to the City?
Disposing of Materials Generated From Your Project
Temporary Bin and Roll -Off Box
As of January 1, 2006, all temporary bin and roll -off box services in the City of Santa Clarita are franchised by the
following companies. If you wish to use temporary bin and roll -off box services, you must use one of the franchised
haulers below.
Athens Environmental Services
(800) 633-9933
9189 DeGarmo Avenue,Sun Valley
A-V Equipment Rental
(661) 259-2155
24933 Railroad Avenue, Santa Clarita
Blue Barrel/Waste Management
(661) 259-2398
25772 Springbrook Avenue, Santa Clarita
Burrtec Waste Industries
(661) 222-2249
26000 Springbrook Avenue, Suite 101, Santa Clarita
Rent -A -Bin
(661) 252-4941
20830 Santa Clara St, Santa Clarita
Republic Services
(844) 677-7378
9200 Glenoaks Blvd, Sun Valley
Self -Haul
Contractors may self -haul their waste and recyclable materials if they possess a valid California contractor's license for
their scope of work. For example, in order for a demolition contractor to self -haul, the demolition contractor shall be
licensed with the California State Licensing Board to conduct demolition services.
General contractors who subcontract service shall ensure all subcontractors are either using a City franchised hauler or
are eligible to self -haul.
ro
b
a
�
ro
�
G 3
ro ro ro ro
b ¢ b b
by
o3 o b
qQ
b a G a ro
x 3
v v
°°
° o¢
Uv�v�Cax� '�'w wv�w w',z, v�awv�v�w waw ~¢v�d3UOc7,c7,a rxFOc7,� 3LlwQ
co co ov ov ov ov ov ov ov ov ov ov ov ov ov ov ov o o .. . . . . .
.. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. �v . . iv . �v . . . . . . . . . . . . . . .
77
C
�
o
d
C C p Cp
0.. Co
ro C j O d
0
> a
¢ � b
'Cx ❑�° ro y o y y y y'' > >
`„ ¢ '� x x x x
p ¢ .ti ¢¢
v]
.g .g.g .g
�tl 5 5 �3 � v �3
c7zz3zw°�55oG��cC¢�¢¢mmja°�jO�j'j'zOL1O L1O �L1O L1O LlO wwa�w���w9zaozz�2�2�2�2QQQQQ
NNNNNNNNNNNNNNNNNNN..NNNNN..N......N......N....NNNN..........
�a
�W
U k
'zd
a
c.
o
U a
N
a
aF
U w
Ca
O
U
d
�
.a
d
W
a
O
U
a
C0
A w
A �
k
W C�.
x
o
d
0 o o. o 0 0.
o a o. a a s a a a. a 0 0 .
A ..
a a a a a a a m a
A
m N m m a m . a. a s a s a a a a a
p
p
U
z
� �
o
w
d
�
w
�
�
F
C C
O O
G G
W
z
� �
Q
H
8Z8Z >> z >
d d d
G G G m
q" ¢'rt
ro N v v v v d v v v v d vZ
QQQUUUw°a
T T T T v tC tC tC jtC ro ro C C v v a v
"4 E¢¢cEa¢3zz3 3d�z
xQ
..v, aa¢`'a' azD4D4 ¢x4
0a 0a 0 o cn a a a a .m 0
. aaa a a a a a a a a a a a a a a a a a a�av
aoao aa
aa.aa aam
a a a a a a a a a a aoa aom aco
Im
ml I a a s
�
z
z
�
x
\
\
§
))®)««««»«\\.!\
-a -a !§
\
\
\
\
/
\
)))) ) ) ) )))))
O O O O O O O O O O o 0 0 0 0 0 0 >;>;>
b b b b b b>>>>>>>>>>>>>>>>>>>>>>>> d d d d d d
�� U •' •' •' ,� °on o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n o°n ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro o 0 0 0 0 0
�:a� ���Uaaaaaaaaaaaaaaaaaa�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�������
��� .........................................
»»»»» »»»
®§§§§§««sssrrrrr==========rrr«««««««««§§§aa««««««««««««
\jjjjjee===22222aaaaaaaaaa222eeeeeeeee222==eeeeeeeeeeee
o � o
U by by
O
O
Q
'" � ,� S', ro .ti b b b ',�,, �x33 x3 >°, � q° �' U .n .�' .�' o ° 0 0 o ro w' a. v U > Yo• � � �
o .....NN ..
. . . . . o �, � o, o
NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN
w
o�
0
F
b
C7